RESTRICTED TENDER FOR SUPPLY, DELIVERY, INSTALLATION, … · 2019-05-18 · 2 copy kenyatta national hospital restricted tender for supply, delivery, installation, testing and commissioning
Post on 11-Jul-2020
1 Views
Preview:
Transcript
1
ORIGINAL
KENYATTA NATIONAL HOSPITAL
RESTRICTED TENDER FOR SUPPLY, DELIVERY, INSTALLATION, TESTING AND COMMISSIONING
OF NEW DIGITAL 3 TESLA MRI MACHINE, MRI COMPATIBLE ANESTHETIC MACHINE AND MRI COMPATIBLE VITAL SIGNS MONITOR ----------------------------------------------------
TENDER NO: KNH/T/123/2017-2018
THE CHIEF EXECUTIVE OFFICER KENYATTA NATIONAL HOSPITAL
P.O BOX 20723- 00202, NAIROBI.
2
COPY
KENYATTA NATIONAL HOSPITAL
RESTRICTED TENDER FOR SUPPLY, DELIVERY, INSTALLATION, TESTING AND COMMISSIONING
OF NEW DIGITAL 3 TESLA MRI MACHINE, MRI COMPATIBLE ANESTHETIC MACHINE AND MRI COMPATIBLE VITAL SIGNS MONITOR ----------------------------------------------------
TENDER NO: KNH/T/123/2017-2018
THE CHIEF EXECUTIVE OFFICER KENYATTA NATIONAL HOSPITAL
P.O BOX 20723- 00202, NAIROBI.
3
TABLE OF CONTENTS
PAGE
* SECTION I INVITATION TO TENDER ……………….. 4
* SECTION II INSTRUCTIONS TO TENDERERS ………… 5
Appendix to Instructions to tenderers ……….. 24
* SECTION III GENERAL CONDITIONS OF CONTRACT…… 75
* SECTION IV SPECIAL CONDITIONS OF CONTRACT……………………82
* SECTION V SCHEDULE OF REQUIREMENTS AND PRICE……………83
* SECTION VI TECHNICAL SPECIFICATION………………………………….87
* SECTION VII STANDARD FORMS …………………………………………………89
7.1 FORM OF TENDER……………………………………….91
7.2 CONFIDENTIAL BUSINESS & QUESTIONNAIRE FORM……………………………………………………………93
7.3 TENDER SECURITY FORM……………………………95
7.4 CONTRACT FORM……………………………………….96
7.5 PERFORMANCE SECURITY FORM…………………97
7.6 BANK QUARANTEE FOR ADVANCE PAYMENT98
7.7 MANUFACTURER’S AUTHORIZATION FORM .. 99
7.8 LETTER OF NOTIFICATION OF AWARD……..100
7.9 REQUEST FOR REVIEW FORM…………………..101
7.10 SITE VISIT CERTIFICATE……………………………102
7.11 BANK DETAILS FORM………………………………….103
4
SECTION I INVITATION TO TENDER
TENDER REF NO: KNH/T/123/2017-2018 TENDER NAME: Supply, Delivery, Installation, Testing And Commissioning Of New Digital 3 Tesla MRI Machine, MRI Compatible Anesthetic Machine And MRI Compatible Vital Signs Monitor
1.1 Kenyatta National Hospital invites sealed Restricted tenders from eligible candidates for Supply, Delivery, Installation, Testing and Commissioning of New Digital 3 Tesla MRI Machine and MRI Compatible Anesthetic Machine
1.2 Interested eligible candidates may obtain further information from and
inspect the tender documents at office of the Deputy Director, Supply Chain Management located at the Hospital's Main Administration Block Room 6 from Monday to during normal working hours.
1.3 A complete set of tender documents can be obtained from the
office of the Deputy Director, Supply Chain Management located at the Hospital's Main Administration Block Room 6 from Monday to between 9.00 a.m. to 4.00 p.m. upon payment of a non-refundable fee of Kshs. 1,000.00 per document in the form of Cash, Bankers Cheque or Money order made payable to Kenyatta National Hospital. Alternatively tender documents with detailed specifications and all conditions are obtainable from the KNH Website, (www.knh.or.ke or https//supplier.treasury.go.ke, IFMIS portal free of charge. Bidders are required to download the tender documents from the said websites and immediately email their names and contact details ( cell phone number, email address and company name to procurement@knh.or.ke or procurementknh@gmail.com for records and communication of any tender clarifications and
addenda
1.4 Prices quoted should be net inclusive of all taxes, must be in Kenya Shillings.
1.5 Completed tender documents are to be enclosed in plain sealed
envelopes marked with tender reference number and be deposited in the Tender Box at the entrance of the Supply Chain Department Offices and addressed to:
Chief Executive Officer Kenyatta National Hospital P. O Box 20723 – 00202 Nairobi
So as to be received on or before 4th June 2018 10.00Am. Tenders will be opened immediately thereafter in the presence of the Candidates or their representatives who choose to attend
SIGNED For: Chief Executive Officer
5
SECTION II - INSTRUCTIONS TO TENDERERS Table of Clauses
Page
2.1 Eligible Tenderers ................................................ 6
2.2 Eligible Equipment ............................................... 6
2.3 Cost of Tendering ................................................ 7
2.4 Contents of Tender Document ................................. 7
2.5 Clarification of Tender Documents ........................... 7
2.6 Amendment of Tender Document ............................. 8
2.7 Language of Tender .............................................. 8
2.8 Documents Comprising the Tender............................ 8
2.9 Tender Forms ..................................................... 9
2.10 Tender Prices ..................................................... 9
2.11 Tender Currencies ............................................... 10
2.12 Tenderers Eligibility and Qualifications ...................... 10
2.13 Equipment’ Eligibility and Conformity to Tender
Document.11 2.14 Tender Security.................................. 12
2.15 Validity of Tenders ............................................... 13
2.16 Format and Signing of Tenders ................................ 13
2.17 Sealing and Marking of Tenders................................ 14
2.18 Deadline for Submission of Tender ............................ 14
2.19 Modification and Withdrawal of Tenders .................... 14
2.20 Opening of Tenders .............................................. 15
2.21 Clarification of Tenders ......................................... 15
2.22 Preliminary Examination ........................................ 16
2.23 Conversion to Single Currency ................................. 17
2.24 Evaluation and Comparison of Tenders....................... 17
2.25 Contacting the Procuring Entity ............................... 18
2.26 Award of Contract ............................................... 18
(a) Post Qualification………………………………… 18
(b) Award criteria …………………………………… 19
(c) Procuring Entity’s Right to Vary Quantities……. 19
(d ) Procuring Entity’s Right to Accept or Reject any
or all Tenders ………………………………….. 19
2.27 Notification of Award…………………………… 20
2.28 Signing of Contract………………………………. 20
2.29 Performance Security …………………………….. 20
2.30 Corrupt or Fraudulent Practices…………………. 21
6
SECTION II – INSTRUCTIONS TO TENDERERS 2.1 Eligible Tenderers
2.1.1 This Invitation for Tenders is open to all tenderers eligible as described
in the Appendix to Instructions to Tenderers. Successful tenderers shall complete the supply, install and commissioning of the equipment by the intended completion date specified in the tender documents.
2.1.2 The procuring entity’s employees, committee members, board members
and their relative (spouse and children) are not eligible to participate in the tender unless where specially allowed under section 131 of the Act.
2.1.3 Tenderers shall provide the qualification information statement that the
tenderer (including all members of a joint venture and subcontractors) is not associated, or have been associated in the past, directly or indirectly, with a firm or any of its affiliates which have been engaged by the Procuring entity to provide consulting services for the preparation of the design, specifications, and other documents to be used for the procurement of the equipment under this Invitation for tenders.
2.1.4 Tenderers involved in corrupt or fraudulent practices or debarred from
participating in public procurement shall not be eligible.
2.2 Eligible Equipment
2.2.1 All equipment to be supplied under the contract shall have their origin in
eligible source countries.
2.2.2 For purposes of this clause, “origin” means the place where the
equipment(s) are produced. Equipment are produced when, through manufacturing, processing, or substantial and major assembly of components, a commercially-recognized product results that is substantially different in basic characteristics or in purpose or utility from its components
7
2.2.3 The origin of equipment is distinct from the nationality of the tenderer and shall be treated thus in the evaluation of the tender.
2.3 Cost of Tendering
2.3.1 The Tenderer shall bear all costs associated with the preparation and
submission of its tender, and the procuring entity, will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the tendering process.
2.3.2 The price to be charged for the tender document shall not exceed Ksh
1000.00
2.3.3 The procuring entity shall allow the tenderer to review the tender document free of charge before purchase.
2.4. Contents of Tender Document
2.4.1 The tender document comprises the documents listed below and
addenda issued in accordance with clause 2.6 of these instructions to tenderers
(i) Invitation to Tender
(ii) Instructions to Tenderers
(iii) General Conditions of Contract
(iv) Special Conditions of Contract
(v) Schedule of requirements
(vi) Technical Specifications
(vii) Tender Form and Price Schedules
(viii) Tender Security Form
(ix) Contract Form
(x) Performance Security Form
(xi) Bank Guarantee for Advance Payment Form
(xii) Manufacturer’s Authorization Form
(xiii) Confidential Business Questionnaire Form
(xiv) Declaration form
(xv) Request for Review Form
2.4.2 The Tenderer is expected to examine all instructions, forms, terms, and
specifications in the tender documents. Failure to furnish all information required by the tender documents or to submit a tender
1
not substantially responsive to the tender documents in every respect will be at the tenderers risk and may result in the rejection of its tender.
2.5 Clarification of Tender Documents
2.5.1 A prospective tenderer making inquiries of the tender documents may notify the Procuring entity in writing or by post at the entity’s address indicated in the invitation for tenders. The Procuring entity will respond in writing to any request for clarification of the tender documents, which it receives not later than seven (7) days prior to the
deadline for the submission of tenders, prescribed by the procuring entity. Written copies of the Procuring entities response (including an explanation of the query but without identifying the source of inquiry) will be sent to all prospective tenderers that have received the tender document.
2.5.2 The procuring entity shall reply to any clarifications sought by the
tenderer within 3 days of receiving the request to enable the tenderer to make timely submission of its tender.
2.6 Amendment of Tender Documents
2.6.1 At any time prior to the deadline for submission of tender, the procuring
entity, for any reason, whether at its own initiative or in response to a clarification requested by a prospective tenderer, may modify the tender documents by issuing an addendum.
2.6.2 All prospective tenderers that have obtained the tender documents will
be notified of the amendment in writing or by post and will be binding on them.
2.6.3 In order to allow prospective tenderers reasonable time in which to take
the amendment into account in preparing their tenders, the Procuring entity, at its discretion, may extend the deadline for the submission of tenders.
2.7 Language of Tender
2.7.1 The tender prepared by the tenderer, as well as all correspondence and documents relating to the tender exchange by the tenderer and the Procuring entity, shall be written in English language, provided that any printed literature furnished by the tenderer may be written in another
language provided they are accompanied by an accurate English translation of the relevant passages in which case, for purposes of interpretation of the tender, the English translation shall govern.
9
2.8 Documents Comprising the Tender
2.8.1 The tender prepared by the tenderers shall comprise the following components.
(a) a Tender Form and a Price Schedule completed in
accordance with paragraph 2.9, 2.10 and 2.11 below
(b) documentary evidence established in accordance with paragraph 2.12 that the tenderer is eligible to tender and is qualified to perform the contract if its tender is accepted;
(c) documentary evidence established in accordance with
paragraph 2.13 that the equipment and ancillary services to be supplied by the tenderer are eligible equipment and services and conform to the tender documents; and
(d) tender security furnished in accordance with paragraph
2.14
(e) Confidential Business Questionnaire
2.9 Tender Form
2.9.1 The tenderer shall complete the Form of Tender and the appropriate Price Schedule furnished in the tender documents, indicating the
equipment to be supplied, installed and commissioned and a brief description of the equipment, their country of origin, quantity, and prices.
2.10 Tender Prices
2.10.1 The tenderer shall indicate on the appropriate Price Schedule the unit
prices where applicable and total tender price of the equipment it proposes to supply under the contract.
10
2.10.2 Prices indicated on the Price Schedule shall be entered separately in
the following manner:
(i) the price of the equipment quoted EXW (ex works, ex factory, ex
warehouse, ex showroom, or off-the-shelf, as applicable), including all customs duties and sales and other taxes already paid or payable:
(ii) charges for inland transportation, insurance, and other local costs incidental to delivery of the equipment to their final destination; and
(iii) installation charges shall also be indicated separately for each
equipment
2.10.3 Prices quoted by the tender shall remain fixed during the Tender’s performance of the contract. A tender submitted with an adjustable price quotation will be treated as non-responsive and will be rejected, pursuant to paragraph 2.22 unless otherwise agreed by the parties.
2.11 Tender Currencies
2.11.1 Prices shall be quoted in the following currencies:
(a) For equipment that the tenderer will supply from within Kenya, the prices shall be quoted in Kenya Shillings; and
(b) For equipment that the tenderer will supply from outside
Kenya, the prices may be quoted in US Dollars or in another freely convertible currency.
(c) Cost of installation and commissioning will be in Kenya
Shillings.
2.12 Tenderers Eligibility and Qualifications
2.12.1 Pursuant to paragraph 2.1. the tenderers shall furnish, as part of its
tender, documents establishing the tenderers eligibility to tender and its qualifications to perform the contract if its tender is accepted.
2.12.1 The documentary evidence of the tenderers eligibility to tender shall establish to the Procuring entity’s satisfaction that the tenderer, at the
time of submission of its tender, is from an eligible source country as defined under paragraph 2.1
2.12.2 The documentary evidence of the tenderers qualifications to perform the contract if its tender is accepted shall establish to the Procuring entity’s satisfaction;
(a) that, in the case of a tenderer offering to supply equipment under
the contract which the tenderer did not manufacture or otherwise produce, the tenderer has been duly authorized by the equipment, Manufacturer or producer to supply the equipment
(b) that the tenderer has the financial, technical, and production
11
capability necessary to perform the contract;
(c) that, in the case of a tenderer not doing business within Kenya, the tenderer is or will be (if awarded the contract) represented by an Agent in Kenya equipped, and able to carry out the Tenderer’s maintenance, repair, and spare parts-stocking
obligations prescribed in the Conditions of Contract and/or Technical Specifications.
2.13 Equipment Eligibility and Conformity to Tender Document
2.13.1 Pursuant paragraph 2.2 of this section, the tenderer shall furnish, as part of its tender documents establishing the eligibility and conformity to the tender documents of all equipment which the tenderer proposes to supply under the contract
2.13.2 The documentary evidence of the eligibility of the equipment shall
consist of statement in the Price Schedule of the country of origin of the equipment and services offered which shall be confirmed by a certificate of origin issued at the time of shipment.
2.13.3 The documentary evidence of conformity of the equipment to the tender
documents may be in the form of literature, drawings, and data, and shall consist of:
a) a detailed description of the essential technical and performance characteristic of the equipment
b) a list giving full particulars, including available source and current
prices of spare parts, special tools, etc., necessary for the proper and continuing functioning of the equipment for a period of two (2) years, following commencement of the use of the equipment by the Procuring entity; and
c) a clause-by-clause commentary on the Procuring entity’s
Technical Specifications demonstrating substantial responsiveness of the equipment and service to those specifications, or a statement of deviations and exceptions to the provisions of the Technical Specifications.
2.13.4 For purposes of the commentary to be furnished pursuant to paragraph
2.13.3(c ) above, the tenderer shall note that standards for workmanship, material, and equipment, as well as references to brand names or catalogue numbers designated by the Procurement entity in its Technical Specifications, are intended to be descriptive only and not restrictive. The tenderer may substitute alternative standards, brand names, and/or catalogue numbers in its tender, provided that it demonstrates to the Procurement entity’s satisfaction that the substitutions ensure substantial equivalence to those designated in the Technical Specifications.
12
2.14 Tender Security
2.14.1 The tenderer shall furnish, as part of its tender, a tender security for the
amount and form specified in the Appendix to Instructions to Tenderers.
2.14.2 The tender security shall be in the amount not exceeding 2 percent of
the tender price.
2.14.3 The tender security is required to protect the Procuring entity against
the risk of Tenderer’s conduct which would warrant the security’s forfeiture, pursuant to paragraph 2.14.7
2.14.4 The tender security shall be denominated in Kenya Shillings or in another
freely convertible currency, and shall be in the form of
a) Cash b) A bank guarantee
c) Such insurance guarantee approved by the Authority d) Letter of credit.
2.14.5 Any tender not secured in accordance with paragraph 2.14.1 and
2.14.3 will be rejected by the Procuring entity as non responsive, pursuant to paragraph 2.22
2.14.6 Unsuccessful Tenderer’s tender security will be discharged or returned as promptly as possible but not later than thirty (30) days after the expiration of the period of tender validity prescribed by the Procuring entity.
2.14.7 The successful Tenderer’s tender security will be discharged upon the
tenderer signing the contract, pursuant to paragraph 2.27 and furnishing the performance security, pursuant to paragraph 2.28
2.14.8 The tender security may be forfeited:
a) if a tenderer withdraws its tender during the period of tender validity specified by the procuring entity on the Tender Form; or
b) in the case of a successful tenderer, if the tenderer fails:
i) to sign the contract in accordance with paragraph 2.27.or
ii) to furnish performance security in accordance with paragraph 2.28
c) If the tenderer rejects correction of an arithmetic error in the tender.
2.15 Validity of Tenders
2.15.1 Tenderers shall remain valid for 120 days or as specified in the tender
documents after date of tender opening prescribed by the Procuring entity, pursuant to paragraph 2.20. A tender valid for a shorter period shall be rejected by the Procuring entity as non responsive.
2.15.2 In exceptional circumstances, the Procuring entity may solicit the
Tenderer’s consent to an extension of the period of validity. The request and the responses thereto shall be made in writing. The tender security provided under paragraph 2.14 shall also be suitably extended. A tenderer may refuse the request without forfeiting its tender security. A tenderer granting the request will not be required nor permitted to modify its tender.
2.16 Format and Signing of Tender
The Procuring entity shall prepare two copies of the tender, clearly marking each “ORIGINAL TENDER” and “COPY OF TENDER,” as Appropriate. In the event of any discrepancy between them, the original
shall govern.
2.16.1 The original and all copies of the tender shall be typed or written in indelible ink and shall be signed by the tenderer or a person or persons duly authorized to bind the tenderer to the contract. All pages of the tender, except for unamended printed literature, shall be initialed by the person or persons signing the tender.
2.16.2 The tender shall have no interlineations, erasures, or overwriting except as necessary to correct errors made by the tenderer, in which case such corrections shall be initialed by the person or persons signing the tender.
2.17 Sealing and Marking of Tenders
2.17.1 The Tenderer shall seal the original and each copy of the tender in
separate envelopes, duly marking the envelopes as “ORIGINAL” and “COPY.” The envelopes shall then be sealed in an outer envelope.
2.17.2 The inner and outer envelopes shall:
(a) be addressed to the Procuring entity at the address given on he Invitation to Tender.
(b) bear the tender number and name in the Invitation to Tender and
the words “DO NOT OPEN BEFORE 4th June 2018 at 10.00am
2.17.3 The inner envelopes shall also indicate the name and address of the tenderer to enable the tender to be returned unopened in case it is declared “late”.
2.17.4 If the outer envelope is not sealed and marked as required by paragraph
2.17.2, the Procuring entity will assume no responsibility for the tender’s misplacement or premature opening.
2.18 Deadline for Submission of Tenders Tenders must be received by the Procuring entity at the address specified under paragraph 2.17.2 not later than 4th June 2018
2.18.1 The Procuring entity may, at its discretion, extend this deadline for the submission of tenders by amending the tender documents in accordance with paragraph 2.6, in which case all rights and obligations of the Procuring entity and candidates previously subject to the deadline will therefore be subject to the deadline as extended
2.18.2 Bulky tenders which will not fit in the tender box shall be received by the procuring entity as provided for in the Appendix.
2.19 Modification and Withdrawal of Tenders
2.19.1 The tenderer may modify or withdraw its tender after the tender’s submission, provided that written notice of the modification, including substitution or withdrawal of the tenders, is received by the Procuring entity prior to the deadline prescribed for submission of tenders.
2.19.2 The Tenderer’s modification or withdrawal notice shall be prepared,
sealed, marked, and dispatched in accordance with the provisions of paragraph 2.17. A withdrawal notice may also be sent by cable, telex
but followed by a signed confirmation copy, postmarked not later than the deadline for submission of tenders.
2.19.3 No tender may be modified after the deadline for submission of tenders.
2.19.4 No tender may be withdrawn in the interval between the deadline for
submission of tenders and the expiration of the period of tender validity specified by the tenderer on the Tender Form. Withdrawal of a tender during this interval may result in the Tenderer’s forfeiture of its tender security, pursuant to paragraph 2.14.7
2.20 Opening of Tenders
The Procuring entity will open all tenders in the presence of tenderers’ representatives who choose to attend, at 4th June 2018 at 10.00am. The tenderers’ representatives who are present shall sign a tender opening register evidencing their attendance.
2.20.1 The tenderers’ names, tender modifications or withdrawals, tender prices, discounts and the presence or absence of requisite tender security and such other details as the Procuring entity, at its discretion, may consider appropriate, will be announced at the opening.
2.20.2 The Procuring entity will prepare minutes of the tender opening.
2.21 Clarification of Tenders
2.21.1 To assist in the examination, evaluation and comparison of tenders the Procuring entity may, at its discretion, ask the tenderer for a clarification of its tender. The request for clarification and the response shall be in writing, and no change in the prices or substance of the tender shall be sought, offered, or permitted.
2.21.2 Any effort by the tenderer to influence the Procuring entity in the Procuring entity’s tender evaluation, tender comparison or contract award decisions may result in the rejection of the tenderers’ tender.
2.22 Preliminary Examination and Responsiveness
2.22.1 The Procuring entity will examine the tenders to determine whether
they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the tenders are generally in
order.
Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the candidate does not accept the correction of the errors, its tender will be rejected, and its tender security may be forfeited. If there is a discrepancy between words and figures the amount in words will prevail
2.22.2 The Procuring entity may waive any minor informality or non- conformity or irregularity in a tender which does not constitute a material deviation, provided such waiver does not prejudice or effect the relative ranking of any tenderer.
2.22.3 Prior to the detailed evaluation, pursuant to paragraph 2.23 the
Procuring entity will determine the substantial responsiveness of each tender to the tender documents. For purposes of these paragraphs, a substantially responsive tender is one, which conforms to all the terms and conditions of the tender documents without material deviations. The Procuring entity’s determination of a tender’s responsiveness is to be based on the contents of the tender itself without recourse to extrinsic evidence.
2.22.4 If a tender is not substantially responsive, it will be rejected by the
Procuring entity and may not subsequently be made responsive by the tenderer by correction of the non conformity.
2.23 Conversion to Single Currency
2.23.1 Where other currencies are used, the Procuring Entity will convert those currencies to Kenya Shillings using the selling exchange rate on the date of tender closing provided by the Central Bank of Kenya.
2.24 Evaluation and Comparison of Tenders
2.24.1 The Procuring entity will evaluate and compare the tenders which have been determined to be substantially responsive, pursuant to paragraph 2.22
2.24.2 The Procuring entity’s evaluation of a tender will exclude and not take
into account
(a) in the case of equipment manufactured in Kenya or equipment of foreign origin already located in Kenya, sales and other similar taxes, which will be payable on the equipment if a contract is awarded to the tenderer; and
(b) any allowance for price adjustment during the period of execution of the contract, if provided in the tender.
2.24.3 The comparison shall be of the ex-factory/ex-warehouse/off-the-shelf price of the equipment offered from within Kenya, such price to include all costs, as well as duties and taxes paid or payable on components and raw material incorporated or to be incorporated in the equipment.
2.24.4 The Procuring entity’s evaluation of a tender will take into account, in
addition to the tender price and the price of incidental services, the following factors, in the manner and to the extent indicated in paragraph 2.23.5 and in the technical specifications:
(a) delivery and installation schedule offered in the tender;
(b) deviations in payment schedule from the specifications in the Special Conditions of Contract;
(c) the cost of components, mandatory spare parts and service;
(d) the availability in Kenya of spare parts and after-sales service for the equipment offered in the tender;
2.24.5 Pursuant to paragraph 2.24.4 the following evaluation methods will be
applied
(a) Delivery schedule
(i) The Procuring entity requires that the equipment under the
Invitation for Tenders shall be delivered at the time specified in the Schedule of Requirements. Tenders offering deliveries longer than the procuring entity’s required delivery time will be treated as non-responsive and rejected.
(b) Deviation in payment schedule Tenderers shall state their tender price for the payment of schedule outlined in the special conditions of contract. Tenders will be evaluated on the basis of this base price. Tenderers are, however, permitted to state an alternative payment schedule and indicate the reduction in tender price they wish to offer for such alternative payment schedule. The Procuring entity may consider the alternative payment schedule offered by the selected tenderer.
(c ) Spare parts and after sales service facilities
Tenderers must offer items with service and spare parts back-up. Documentary evidence and locations of such back-up must be given. Where a tenderer offers items without such back-up in the country, he
must give a documentary evidence and assurance that he will establish adequate back-up for items supplied.
2.24.6 The tender evaluation committee shall evaluate the tender within 30 days of the validity period from the date of opening the tender.
2.24.7 Preference where allowed in the evaluation of tenders shall not exceed
15%
2.25 Contacting the Procuring Entity
2.25.1 Subject to paragraph 2.21 no tenderer shall contact the Procuring entity
on any matter related to its tender, from the time of the tender opening to the time the contract is awarded.
2.25.2 Any effort by a tenderer to influence the Procuring entity in its decisions on tender, evaluation, tender comparison, or contract award may result in the rejection of the Tenderer’s tender.
2.26 Award of Contract
(a) Post-Qualification
2.26.1 In the absence of pre-qualification, the Procuring entity will determine
to its satisfaction whether the tenderer that is selected as having submitted the lowest evaluated responsive tender is qualified to perform the contract satisfactorily.
2.26.2 The determination will take into account the tenderer financial,
technical, and production capabilities. It will be based upon an examination of the documentary evidence of the tenderers qualifications submitted by the tenderer, pursuant to paragraph 2.12.3 as well as such other information as the Procuring entity deems necessary and appropriate.
2.26.3 An affirmative determination will be a prerequisite for award of the
contract to the tenderer. A negative determination will result in rejection of the Tenderer’s tender, in which event the Procuring entity will proceed to the next lowest evaluated tender to make a similar determination of that Tenderer’s capabilities to perform satisfactorily.
(b) Award Criteria
2.26.4 The Procuring entity will award the contract to the successful
tenderer(s) whose tender has been determined to be substantially responsive and has been determined to be the lowest evaluated tender, provided further that the tenderer is determined to be qualified to perform the contract satisfactorily.
2.26.5 To qualify for contract awards, the tenderer shall have the following:
a) Necessary qualifications, capability experience, services,
equipment and facilities to provide what is being procured.
b) Legal capacity to enter into a contract for procurement
c) Shall not be insolvent, in receivership, bankrupt or in the process of being wound up and is not the subject of legal proceedings relating to the foregoing.
d) Shall not be debarred from participating in public
procurement. (c) Procuring Entity’s Right to Accept or Reject Any or All Tenders
2.26.6 The Procuring entity reserves the right to accept or reject any tender, and to annul the tendering process and reject all tenders at any time prior to contract award, without thereby incurring any liability to the affected tenderer
or tenderer of the grounds for the procuring entity’s action
2.26.7 The procuring entity may at any time terminate procurement proceedings before contract award and shall not be liable to any person for the termination
2.26.8 The procuring entity shall give prompt notice of the termination to the
tenderers and on request give its reasons for termination within 14 days of receiving the request from any tenderer.
2.26.1 A tenderer who gives false information in the tender document about is
qualification or who refuses to enter into a contract after notification of contract award shall be considered for debarment from participating in future public procurement.
2.27 Notification of Award
2.27.1 Prior to the expiration of the period of tender validity, the Procuring
entity will notify the successful tenderer in writing that its tender has been accepted.
2.27.2 The notification of award will signify the formation of the Contract but
will have to wait until the contract is finally signed by both parties. Simultaneous other tenderers shall be notified that their tenders have not been successful.
2.27.3 Upon the successful Tenderer’s furnishing of the performance security
pursuant to paragraph 2.29, the Procuring entity will simultaneously inform the other tenderers that this tenders have not been successful
2.28 Signing of Contract
2.28.1 At the same time as the Procuring entity notifies the successful tenderer
that its tender has been accepted, the procuring entity will simultaneously inform the other tenderers that their tenders have not been successful.
2.28.2 Within fourteen (14) days of receipt of the Contract Form, the successful
tenderer shall sign and date the contract and return it to the Procuring entity.
2.28.3 The parties to the contract shall have it signed within 30 days from the date of notification of contract award unless there is an administrative review request.
2.29 Performance Security
2.29.1 Within Thirty (30) days of the receipt of notification of award from the
Procuring entity, the successful tenderer shall furnish the performance security in accordance with the Conditions of Contract, in the Performance Security Form provided in the tender documents, or in another form acceptable to the Procuring entity.
2.29.2 Failure of the successful tenderer to comply with the requirements of
paragraph 2.28 or paragraph 2.29 shall constitute sufficient grounds for the annulment of the award and forfeiture of the tender security, in which event the Procuring entity may make the award to the next lowest evaluated Candidate or call for new tenders.
2.30 Corrupt or Fraudulent Practices
2.30.1 The procuring entity requires that tenderers observe the highest
standard of ethics during the procurement process and execution of contracts. A tenderer shall sign a declaration that he has and will not be involved in corrupt or fraudulent practices.
3.30.2 The Procuring entity will reject a proposal for award if it determines
that the tenderer recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question.
3.30.3 Further a tenderer who is found to have indulged in corrupt or
fraudulent practices risks being debarred from participating in public
Procurement in Kenya.
Appendix to Instructions to Tenderers
Notes on the Appendix to the Instructions to Tenderers
1. The Appendix to instructions to the tenderers is intended to assist the
procuring entity in providing specific information in relation to corresponding clause in the instructions to Tenderers including in Section II and has to be prepared for each specific procurement.
2. The procuring entity should specify in the appendix information and
requirement specific to the circumstances of the procuring entity, the equipment to be procured and the tender evaluation criteria that will apply to the tenders.
3. In preparing the Appendix the following aspects should be taken into consideration;
(a) The information that specifies and complements provisions of Section II
to be incorporated
(b) Amendments and/or supplements if any, to provisions of Section II as
necessitated by the circumstances of the equipment to be procured to be also incorporated
4. Section II should remain unchanged and can only be amended through
the Appendix.
5. Clauses to be included in this part must be consistent with the public
procurement law and the regulations.
23
APPENDIX TO INSTRUCTIONS TO TENDERERS
The following information regarding the particulars of the tender shall complement supplement or amend the provisions of the instructions to tenderers. Wherever there is a conflict between the provision of the instructions to tenderers and the provisions of the appendix, the provisions of the appendix herein shall prevail over those of the instructions to tenderers.
INSTRUCTIO
NS TO
TENDERERS
REFERENCE
PARTICULARS OF APPENDIX TO INSTRUCTIONS TO TENDERS
2.1.1 Tender is restricted to local or International manufacturers / distributors of New Digital 3 Tesla MRI Machine, MRI Compatible Anesthetic Machine and MRI compatible Vital Signs.
2.1.4 Tenderer to provide a declaration on oath that neither the company nor the directors are subject to investigation or litigation on corruption and/or fraudulent practices. The Declaration must be signed
with the Confidential Business Questionnaire
2.3.2 A complete set of tender document can be obtained from the office of the DD, Supply Chain Management located at the Hospital's Main Administration Block Room 6 from Monday to between 9.00 a.m. to 4.00 p.m. upon payment of a non-refundable fee of Kshs. 1,000.00 per document in the form of Cash, Bankers Cheque or Money order made payable to Kenyatta National Hospital. Alternatively tender documents with detailed specifications and all conditions are obtainable from the KNH Website, (www.knh.or.ke or https//supplier.treasury.go.ke, IFMIS portal free of charge. Bidders are required to download the tender documents from the said websites and immediately email their names and contact details (cell phone number, email address and
company name to procurement@knh.or.ke or procurementknh@gmail.com for records and communication of any tender clarifications and addenda.
24
INSTRUCTIO
NS TO
TENDERERS
REFERENCE
PARTICULARS OF APPENDIX TO INSTRUCTIONS TO TENDERS
2.5.1 Kenyatta National Hospital shall only send to all prospective tenderers that have received the tender document, written copies of responses to the queries relevant to the bid document or specifications that necessitate additional information for the clarification of the documents.
There shall be a mandatory site visit at the installation site, Kenyatta National Hospital. Bidders are advised to request for private site visit at the Hospital during the working hours through sending mail to Procurementknh@gmail.com or Visiting the supply chain management office’s room no.6 . Bidders MUST attach signed site visit certificate
2.10.1 Price quoted shall include the total cost of supply, delivery, installation, testing, commissioning, training, civil works and pre shipment inspection and two years warranty.
2.12 The Documentary evidence of the tenderers qualifications to perform the contract if its tender is accepted shall be established to the Procuring entity’s satisfaction;
1. Registered offices and evidence of business premises. 2. A valid Tax compliance certificate which will be verified by KRA
TCC checker or proof that the authority of that the country of origin does not pay tax
3. Evidence that tenderer has the legal capacity to enter into a contract for the procurement;
4. Evidence that the tenderer is not insolvent, in receivership, bankrupt or in the process of being wound up and is not the subject of legal proceedings relating to the foregoing;
5. The person is not debarred from participating in procurement t proceedings
2.14.1 Tender Security shall be denominated in Kenya Shillings and Shall be in: a) Cash b) A bank guarantee c) Such insurance guarantee approved by the Authority
25
INSTRUCTIO
NS TO
TENDERERS
REFERENCE
PARTICULARS OF APPENDIX TO INSTRUCTIONS TO TENDERS
2.14.2 The tender security shall be Kenya Shillings 3 million in the form provided under 2.14.1. It can also be in currency easily convertible to Kenya Shillings 2.15 Tenders shall remain valid for 120 days from the deadline date of
submission of tender.
2.17.1 The bidders MUST submit combined technical & financial bid, one original and one copy of the tender, enclosed in the outer envelope marked with the tender name and the tender identification number.
2.18.1 The day, date and time of closing the tender will be, 4th June 2018 East African Time
2.18.2 Bulky tenders which will not fit in the tender box shall can be hand delivered on the opening day at the tender box
2.19.2 Any withdrawal notice shall NOT be sent by cable or telex but may be sent by email
2.20.1 Tender will be opened on, 4th June 2018 10.00 East African Time
2.21.1 The request for clarification and the response shall be in writing though the:-
Chief Executive Officer Kenyatta National Hospital P. O Box 20723 – 00202 Nairobi
2.24.7 Preference in allocation of marks is not applicable in this tender
26
2.24 Evaluation and Comparison of Tenders
A. Preliminary Evaluation
Responsive No. Requirements
Responsive
or Non Responsive
MR 1 Tender Security of Kenya Shillings three million Kenya
Shillings (Kshs 3,000,000.00) valid for 150 days from the
date of tender opening. It can also be in currency easily
convertible to Kenya Shillings
MR 2 Submission of two Tender documents securely bound (Spiral or book) and clearly marked (original and copy) by the tenderer. No loose documents will be accepted
MR 3 All pages of both (Original & Copy) documents Must be Sequentially Serialized by the tenderer.
MR 4 Must Submit a copy of the Certificate of incorporation or Registration Certificate
MR 5 Must Submit a copy of Valid Tax Compliance certificate or a letter from the authority that the country of origin does not pay tax or tax exemption certificate.
MR 6 Must submit a dully filled up Confidential Business Questionnaire, signed and stamped
MR 7 Must submit dully filled form of tender, signed and stamped
MR 8 Attach a current bank statement for six months to demonstrate financial ability to undertake a task of this magnitude
MR 9 Evidence of physical registered office( attach utility bills/ lease agreement /rental payment receipt/ evidence of ownership of the premises)
MR 10 Must submit site visit certificate, signed and stamped by designated Hospital official
At this stage, the tenderer’s submission will either be responsive or non-responsive. The non-responsive submissions in any of the above mandatory requirements will be eliminated from the entire evaluation process and will not be considered further.
27
B. Technical Evaluation
BIDDERS WILL BE EVALUATED AS PER THE BROCHURES SUBMITTED
(TO BE IMPLEMENTED AS A TURNKEY PROJECT INCLUDING CONSTRUCTION OF RF CAGE, INSTALLATION & PIPING OF MEDICAL GASES, INSTALLATION OF THE ENTIRE EQUIPMENT, TESTING AND COMMISSIONING) THE MODEL OFFERED SHOULD BE HIGH END MODEL UNDER CURRENT PRODUCTION THE OFFER SHOULD MEET THE SPECIFICATIONS AS FOLLOWS:
PLEASE NOTE THE COLUMNS MARKED * MUST BE FILLED BY THE TENDERER
Tender Specifications *Compliance with
respect to tender
specifications
*Deviations with
respect to
tender
specifications
Remarks
1.MAGNET
i) Active shielded superconducting
magnet with operational field strength of
3.0 Tesla.
ii) Magnet length less than 200 cm cover
to cover.
iii) Helium Save zero boil-off technology
for zero helium consumption 0.0 L/hr or
less under regular scanning conditions
iv) State cryogen refill under normal
conditions (in years)
v) Magnet weight with cryogens at least
5000kg
vi) Magnet homogeneity (1.8 ppm / 50 x
50 x 45 cm DSV) for excellent image
quality with off-center imaging and fat
suppression.
28
vii) Magnet homogeneity and gradient
performance over 50cm Scan Field of
View (FOV) in all three axis.
viii) The gantry aperture should be not
less than 70cm diameter.
ix) Coverage and imaging of large
patients. Increased image accuracy for
large FOV and multi-station exams.
x) Should have in-bore microphone to
support two-way patient-operator
communication and music.
xi) Should have Transmit/Receive
Interface with connector on gantry to
enable connection of Transmit/Receive
coils or Multinuclear coils.
xii) Should have a hand-held technologist
call button.
xiii) Should have a patient headset with
built-in two-way communication that
reduces acoustic noise by 30dB or better.
xiv) Should have look-out mirror with
adjustable angulation.
xv) The gantry should be provided with
user control panels for easy positioning.
xvi) The Gantry should have 3D laser
positioning lights.
xvii) Should have preset and
customizable multi-lingual Auto Voice
Commands for patient communication in
multiple languages
xviii) Should have intercom system –
two-way Intercom connection between
29
the gantry and operators console area.
xix) Should have electronic patient
breathing instructions in multiple
languages.
xx) Should have devices for helium level
monitoring in the magnet.
xxi) Should have adjustable ventilation
within the bore and variable light
illumination in the magnet
xxii) A close circuit TV and CCD video camera for patient monitoring should be
provided
xxiii) Should have facility for quick
shutdown of the magnet in case of
emergency.
xxiv) LCD Display panel Physiological
signals – like ECG / VCG, respiratory signals
etc., and table position should be displayed in
the console.
xxv) Should have room oxygen level indicator
xxvi) Display and identification of connected
coil, table position and also remote selection of
coil element must be possible
xxvii) Should have a non- magnetic IV drip
stand
2. GRADIENT SYSTEM
i) The gradient system should be the latest
generation to deliver maximum
performance in terms of short TR, TE, and Echo
Spacing in EPI and short TE capability in
DWI. High order of stability, linearity and
minimum acoustic noise is required. Please
30
specify noise reduction technology and
reduction amount.
ii) Gradient Peak amplitude up to 45mT/m
for each axis.
Peak slew rate up to 200mT/m/ms All
specifications on axis (x, y and z).
iii) Linearity (< 2% over 50 cm FOV) to
improve geometric and diffusion
accuracy, and to maximize resolution,
even at the edges of the field-of-view.
iv) High order shimming capabilities
with each axis independently.
v) The Gradient system should have provision for eddy current compensation. vi) Actively shielded/Non resonant gradient
system in X, Y, Z and other planes. Capable
of performing single shot EPI and multi shot EPI
including conventional and fluoroscopic imaging
and spectroscopy.
vi) Mode of cooling is water-cooled
gradient coil and solid-state amplifier.
vii) Minimum TR, TE and slice thickness in
EPI including other imaging
modes and minimum volume localization in
spectroscopy should be specified.
viii) Max scan matrix not less than 1024
by 1024. Highest matrix available to be
quoted.
ix) Min slice thickness less than 0.5mm
(thinner slices preferred), Max slice
thickness greater than 300mm
x) Max EPI factor greater than 200
31
xi) Reduced gradient acoustic noise by up
to 30 dB
xii) Simultaneous optimization of B1
homogeneity and SAR (specific
absorption rate) reduction.
xiii) Mechanism / safety measures to avoid
peripheral nerve stimulation by
high gradient stimulation.
3. RADIOFREQUENCY COIL
RECEIVER
i)Fully digital MRI system (please
specify in details).
ii) State number of independent receiver
channels
iii) Specify the digital radio frequency
technology and signal-to-noise capability
iv) Capability for parallel imaging and
multiband acquisition (specify technical
details such as reduction of acquisition
time and SNR degradation).
v) Digital solid state, broad band RF System.
Capable of EPI and
multinuclear capability
vi) RF transmitter power to be adequate for high
resolution imaging with acceptable power
deposition (SAR check) in conventional and
EPI mode.
vii) Real-time control of RF transmission,
gradient switching, data acquisition and
triggering.
x) Spectroscopy package should have
capability for single voxel and multivoxel and
32
multislice spectroscopy acquisition for all the
nuclei.
x) State whether we can receive signal
from multiple surface coils
simultaneously without switching or
splitting the hardware/software
4. RADIOFREQUENCY COIL
TRANSMITION
i) Parallel RF transmission that enhances
signal and image contrast uniformity,
speed and consistency for all
applications.
ii) Parallel RF transmission and reception
(2 x 2 channels) using two independent
RF sources, amplifiers and receivers
enabling patient-adaptive RF shimming.
iii) Patient-adaptive RF shimming that
adapts the RF (power, amplitude, phase,
waveform) to each patient and each
anatomy to maximize RF uniformity,
contrast and consistency
iv) High-performance solid-state RF
power amplifiers that allow short,
complex RF pulses, even on large
patients. State power rating.
v) SAR Optimization. The system should
have real time SAR feedback and
correction during scanning.
vi) 4D that enables the RF field to be
optimized even during real-time cardiac
applications
5. SHIM SYSTEM
i) High performance and highly stable shim
system with global and localized manual &
auto shimming for high homogeneity magnetic
field for imaging and spectroscopy.
33
ii) Type of shim
a) Active
b) Passive
c) Active + Passive
iii) Specify number of independent active shim
channels and installed shim coils for active
shimming
iv) Patient specific shimming
v) Specify dimensions of Off center FOV
shimming
6.CLINICAL PROTOCOLS
Should provide standard clinical
protocols
i) Able to create, export and store user-
defined clinical protocols,
ii) Should be password lockable to
prevent unintended changes
iii) Should provide an online platform
that allows clinical protocols to be shared
and downloaded
iv) Should have the option to choose
flexible patient positioning. Head first or
Feet first for most applications.
v) Should have the capability of
continuing the scan after pausing without
losing data
Initiating the exam i) Automatic detection and selection of
the right coil and coil elements to
maximize the SNR matching the area to
be scanned
ii) Capability of Geometry linking to
simplifying the planning, viewing and
processing of multi-sequence multi-
station exams, treating multi-station
exams as one volume.
iii) The system quoted should be able to
do multi contrasts in a single image to
34
save time.
Processing Smart, automated and intelligent
processing of image data.
i) Processing steps to run simultaneously
and in parallel with image acquisition.
ii) Progress of each processing step is
clearly displayed to the user alongside the
scanning progress.
Basic Pulse Sequence i) The system should have basic
sequences package with Spin
Echo,Inversion Recovery, Turbo Spin
Echo with high turbo factor of 256 or
more, PD, All Gradient Echo with ETL
of 255 or more, FLAIR.
ii) Single slice, multiple single slice,
multiple slice, multiple stacks, radial
stacks and 3D acquisitions for all
applications.
iii) Single and Multi shot EPI imaging
techniques with ETL factor of 255 or
more. Multi echo mode with minimum
turbo factor.
iv) Fat suppression for high quality
images both inversion recovery and 3D
Dual Echo
v) The system should have prospective
motion correction in 2D and 3D in all
linear direction and three rotational
directions
vi) Please specify the motion correction
algorithm/package for high-resolution
motion free diffusion weighed imaging
with multishot/ segmented EPI
techniques.
vii) Dynamic study for pre and post
35
contrast scans and time intensity studies
(wash in and wash out) and kinematics
viii) Real-time MIP, MPR and 3D
surface rendering (standard or user
defined volumes of interest enable
elimination of unwanted signals regions)
and image fusion.
ix) EPI (Echo Planar Imaging) Single shot and
multi shot with ETI factor of 256 or more, it
should be optimized sequences for T1, T2
and PD imaging. Perfusion, regular
diffusion values (3 directions) EPI –
FLAIR, EPI –IR, EPI- FLAIR diffusion
Tensor, EPI - MT – FLAIR. Tensor
diffusion for diffusion studies, suitable
artifact / fat suppression techniques to be
incorporated in the sequence to have optimum
image quality
x) There should be capability of calculating
ADC map (Isotropic and anisotropy from
regular diffusion and tensor data.) It should be
possible to perform arterial spin labeling (ASL)
of the brain, and the corresponding software
to give various perfusion maps with
quantification possibility
xi) Includes addition, subtraction, relative
subtraction, cumulation, ratios, MTC,
ASL calculation
xii) User-defined image filtering
(smoothing and/or edge enhancement)
xiii) T1 / T2 / rho map calculation
xiv) Delayed Reconstruction that enables
various retrospective image
reconstructions from raw data
xv) Diffusion registration, Diffusion
(ADC, eADC, etc.) Diffusion weighted
36
imaging with single shot EPI,
with b value of 10,000 or more. The
system should have facility for ON Line
automated calculation of ADC maps.
xvi) Spectroscopy: The system should
have the Hydrogen, Single Voxel
spectroscopy, Multivoxel,
Multislice &Multiangle 2D, 3D
Spectroscopy and Chemical shift imaging
in 2D/3D. The complete processing/ post-
processing software including color
metabolite maps should be available
xvii) Advanced Cardiac Applications
:Morphology/wall motion; perfusion
imaging; Myocardial viability imaging;
Cardiac function including EF, ED/ES
volume, Cardiac output, wall thickening
and wall thickness; Cardiac Tagging
Techniques; Coronary artery techniques
xviii) The system should have
prospective ECG triggering and
retrospective gating with navigator
pulses, interactive or automatic definition
of the ventricular and myocardial
contours, cine imaging, grid tagging etc.
Besides this comprehensive set of all post
processing
Angiography sequences
i) MR angio – Comprehensive angio software
package with and without use of contrast for
the whole body.
ii)2D TOF, 3D TOF, TOF overlapping
sequence
iii) 2D / 3D phase contrast with and without
gating and magnetization transfer saturation.
iv) For peripheral angio moving table
angiography must be provided so that complete
37
limb can be examined in single go.
v) Bolus tracking software package must be
provided.
vi)Sequences for breath hold
angiography with contrast
enhancement should be offered
vii) Time resolved MRA with high
temporal resolution and high spatial
resolution.
Post processing and evaluation
software i)Image statistics – measurement of distance, area, volume, angle, SD, mean, image addition, subtraction, multiplication, division, interpolation, segmentation, threshold, histogram (ROC), volume rendering. ii)Evaluation feature like, Zoom, rotation, scroll, roaming, image synthesis, multipoint T1, T2 calculation (more than 3) Window stretching, text dialogues, graphics, storing, searching, archiving, recalling. iii) Facility for viewing cross reference on various sequences iv) Fusion software for angio (MRI, MRA and/or DSA) fMRI, DTI,
tractography etc
v) Flow quantification package for CSF with dynamic CSF flow imaging at aqueduct and spinal canal.
vii) Evaluation and display of diffusion
images, full DTI post-processing software
for tractography (fiber tracking with or
without vector display). Fusion of DTI with
perfusion, and fMRI should be possible.
38
viii) Perfusion Imaging to enable large
anatomy coverage of the brain and in line
calculation of the resulting hemodynamic
data. The perfusion analysis should have
capability to calculate color display of
relMTT, reI CBV, reICBF. The perfusion
analysis should have capability to
calculate color display
ix) BOLD imaging: BOLD .technique
with automated 3D motion correction, z-
score, and correlation analysis with color
overlay on anatomical images. It should
be possible to have Real Time Processing
of BOLD imaging data sets for color
overlay of functional and anatomic data
on the main console for the complete
reconstruction.
x) Cardiac post processing
capabilities: calculation of ventricular area/volume, stroke volume, ejection fraction, relative ejection fraction, calculation of myocardial thickness, Time volume diagram generation.
7. CLINICAL APPLICATION
PACKAGES TO BE OFFERED
i) Neurology
3D FSE-based sequence for isotropic
resolution in all contrasts. T1W, T2W,
FLAIR, IR, PDW, T2* DW1, Gradient
echo, SWI, MR spectroscopy- single
voxel, multivoxel 2D &3D with various
TEs, software packages to evaluate and
post process spectroscopy acquisition
data.
Functional MRI,
Brain perfusion and real time evaluation
software for TTP, MTT, rCBV, rCBFetc
39
analysis.
Fibretracking -Multi Direction DTI
with minimum of 256 directions.
(Complete package including DTI
quantification and tractography
software).
Spinal tractography should also be
possible.
Max B value of 10,000 should be
available. Diffusion imaging with
single shot EPI.
-Motion correction sequence in routine in
T1, T2 and FLAIR imaging.
- T2 Relaxometry and volumetric for
Hippocampus
Non contrast (Time of flight, Phase
contrast) and contrast Angio, Color
Angio, CSF dynamics imaging
technology with non-invasive
quantitative flow dynamic studies and
software. Both retrospective and
prospective gating should be possible.
ii) Vascular imaging
Angiography for head, head and neck,
abdomen and peripheral limbs
-time of flight
-phase contrast
-with injection of contrast medium
-dynamic angio
- 2D and 3D arterial spin labeling
- 3D volume rendering techniques
- Double Inversion recovery for “Plaque
Imaging” in Carotids
iii) Spine
3D sequences, T1W, T2W, FatSat, total
spine imaging,myelography and
Gradient.Whole spine imaging with
fusion software
iv) Abdominal
Ultra-fast, high-resolution, 2D and 3D
40
protocols should be provided for
abdomen and pelvis.
T1W, T2W, FatSat, in and outphase,
Whole body Diffusion Weighted
Imaging, Whole body T2W imaging, MR
Colonography, MRCP, dynamic kidney,
and MR Urography applications. Non
contrast and contrast Angio, Color
Angio, Dynamic perfusion.
Motion correction sequence.
v) MSK
T1W, T2W, PDW, Gradient, IR,
FATSAT- state standard FATSAT
suppression methods. MRI
lymphangiography.
Multiecho sequences. 3D Gradient echo
with Water excitation, and 3D T1 fat sat.
Single and multistation non-contrast and
contrast angio with fusion capabilities
vi) Breast package with software
T1W, T2W, FATSAT ,STIR, DWI,
Dynamic and Subtraction sequences.
Silicon sequences. Spectroscopy.
Soft tissue motion correction
vii) Prostate packages with software -
T1W, T2W, FATSAT , STIR, DWI,
Dynamic with perfusion. Multiparametric
imaging of the prostate including
spectroscopy
- Dedicated software for reading and
reporting
viii) Dedicated paediatric and infant
protocols in all sequences
ix) Liver Scan packages
- Free breathing techniques with contrast
imaging in dynamic liver scan with full
4D coverage. MR elastography.
Measurement of iron and fat content.
41
Ability to visualize pathology and
measure ADC values in a single breath
hold in the liver and beyond. Diffusion
multidirectional ie. DTI, specify number
of directions 6,20,30 upto 256.
x) Oncology packages
- Whole body and other scanning modes
head, neck, chest, abdomen, pelvis and
musculoskeletal.
- The system should have facility to do
Head to Toe imaging without shifting the
patient at one go for metastases study and
without any loss of SNR.
- The system should include image fusion
techniques with other modalities like CT,
NM and PET
xi) Cardiac
-localisation
-morphology T1, T2, Fat Sat
-cine - with arrthymia correction
-tagging
-perfusion:
-first pass
-delayed enhancement
-coronary 2D, 3D
-flow evaluation
- Quantitative cardiac assessment
-stress techniques
Dedicated software for reading and
reporting
xii) Orthopaedic - Metallic implant
sensitive acquisition techniques- with
correction of distortion and metal artifact
reduction
xiii) All packages should include motion
sensitive sequences for imaging
uncooperative patients
8. COILS
42
i) The main body coil integrated to the magnet must be Quadrature/ CP ii) Complete package of flexible and rigid coils with specification including:
- Type of coil - Number of channels
- Application
- Number of coil elements
- Pediatric coils
iii)High density- flexible coils
Standard:
-Head coil, for High resolution Brain
Images. Please specify the time reduction
factor with parallel acquisition
techniques.
- Head/neck, neurovascular coil. Neuro-
vascular study from Aortic arch to Circle
of Willis. Please specify the max parallel
imaging time reduction
- In built phase array Spine coil Mention
the number of coil elements available.
-It should be possible to do Head and
spine imaging together without changing
the coil and the patient. It should be
possible to do the same either with
combination-of coils or a dedicated coil
- Phase array Whole Body coil - High
density- flexible coils- 45cm FOV.
Mention the number of coil elements
available.
- Flex- large and small (specify number
of channels)
- Paediatric coil
- Dedicated Shoulder Phased Array coil.
43
- Dedicated Knee coil - transmit/receive
coil
- Dedicated Ankle/foot coil -
transmit/receive coil
- Peripheral angio specify type and
channel
- Bilateral Breast coil specify type and
channel
- Coil for Cardiac Imaging with 8
channels or more. Please specify the time
reduction factor with parallel acquisition
techniques.
- Combination of coils
9. PATIENT COUCH
The table should be fully motorized
and computer controlled table
movements in vertical and horizontal
directions
a) Table top that maximizes bore space
with adjustable height.
b) The table should deliver the protocols
for automatic bolus chasing in peripheral
angio with the automatic table
movement.
c) Minimum load bearing capacity of not
less than 200 kg.
d) Table top: length approx. 200cm
e) Scannable range (horizontal movement
range) 190cm or better.
f) State vertical range (max.height minus
min,height)
g) Variable horizontal table speeds (state
minimum and maximum speeds in mm/s)
10.PHYSIOLOGY MEASUREMENT
44
AND GATING (for adult and
paediatric)
i) Wireless physiological hardware to
provide synchronization for sequence
triggering and gating.
ii) Wireless physiological signals shall be
observed on the operator's console
monitor
iii) Wireless Physiology consisting of
wireless Basic Triggering Unit and
respiratory module hardware
iv) Physiological synchronization for
sequence triggering and gating through·
Wireless VCG, Wireless Respiratory and
Wireless PPU (requires optional PPU
Sensors)
11. OPERATOR CONSOLE
i) Scan matrix of 2048 x 2048, providing
the highest resolution even with larger
FOVs. This method should be compatible
with all imaging methods, multi-channel
coils and fast parallel imaging
ii) The operator console should
communicate with the workstations.
It should come with independent
monitors, key board and mouse, and with
multi-tasking functionality
iii) The applications required but not
limited to these are:
- Emergency stop switch for patient
safety
-Visual breath hold indicator lights
should be included.
-Operator’s console must be connected to
45
the pump injector in the gantry for
contrast injection of patients from the
operator’s console.
10. COMPUTER
SYSTEM/RECONSTRUCTION
i) Computer offered should be the latest
with multitasking processors and menu
driven platform.
ii) The reconstruction time for
an axial scan should not be more than
100 milliseconds.
iii) The hard disk capacity for
both image & raw data should be more
than 1TB.
iv) It should have facility to
store at least 500,000 images in 256X256
matrix or better
v) Minimum 23-inch LCD wide-screen
format color monitor enabling large
overview. LCD wide screen resolution:
1900 x 1200
vi) Minimum Windows 8.1Pro OS 64
bits
vii)The system should be
supported with archiving facility of
DVD, CD & USB Main Console and
workstations.
viii)Recon Computer;
Should be greater than 2.8 GHz Intel
Quad Core Intel processors, 64 bits,
32GB internal memory. Windows 8.1 Pro
OS 64 bits. Reconstruction speed: Up to
12000 recons per second (256 FFT,
46
100% FOV)
ix) Ethernet TCP/IP (10/100/1000 BaseT
) standards-based image transfer with
DICOM 3.0 over standard Ethernet IEEE
903.
11. CONNECTIVITY
i)Communication via DICOM protocols
(MR DICOM standard) with HL7
support
ii) The system and workstations must be
PACS/DICOM 3.0 compatible
(compliant)
iii) It must integrate with PACS and
interfacing with HIS/RIS future
applications.
iv) The system must have DICOM
verification service class. DICOM
facility should be included to send, store,
print, receive, Query/Retrieve, MWM,
(modality worklist management) and
modality performed procedure step
(MPPS) service etc. should be standard.
v) DICOM Modality Worklist to
provides HIS/RIS interface through
DICOM Modality Worklist service class;
enhances clinical workflow by importing
patient demographics and study
information from an information
management system.
vi) Export / Import of DICOM Enhanced
MR Images, Export / Import of DICOM
MR Spectroscopy, Export / Import of
DICOM Raw, Export / Import MR Series
Data, Export / Import MR Spectrum
Data, Export / Import MR clinical
protocols
Data, Export / Import of color Image
Data, Export / Import of Grayscale
Softcopy Presentation State
47
DICOM storage commitment (SC)
vii) DICOM connectivity
activated/enabled service class user and
provider (CT, MRI, other imaging
modalities and spectroscopy)
viii) PC Based connectivity through
PACs should be standard for easy
transfer of Images & Reporting.
ix) DICOM Media
MR Studies on DVD (Read / Write)
IHE Integration Profiles
Scheduled Workflow, Patient
Information Reconciliation, Consistent
Presentation of Images, Basic Security ·
Consistent Time
x)The vendor (supplier) must provide
DICOM conformance statement
xi) Upgradeability of the Host CPU – company must upgrade the host CPU hardware for a period of five year as and when it is upgraded by the firm without any extra cost to the hospital
xii) All the costs associated with
connectivity of the system to the PACs
and HIS/RIS is the responsibility of the
vendor (i.e. interfaces, licenses, software
and hardware)
12. ADVANCED VISUALISATION
MULTIMODALITY
WORKSTATIONS SPECIFICATION
i) Three radiologists medical grade
workstations are required. The
workstations should have the following: -
48
ii) Workstation table, LED/TFT flat panel
color monitor not less than 1600x1200
matrix, size not less than 23 inch high,
resolution flicker free, 3 megapixel color
display, response Time not less than
20ms, luminance not less than 500cd/m2,
contrast ratio 800:1 or better. Windows
8.1 Pro operating systems with at least
4GB RAM, 1TB hard-drive or larger.
UPS, CPU, qwerty keyboard, mouse.
iii) Hard drive storage capacity of 1TB or
higher and DVD writer to be included
iv) Workstations should communicate
with each other and with the operator’s
console and immediate image transfer.
v) It should have 3D, advanced level post
processing software. Software should be
the latest at the time of supply.
vi) The system should have standard
software 2D, 3D, surface rendering, MPR
including image sculpting MPR and
curved MPR, email facility and other
image processing tools including and not
limited to:
Volume rendering in color, MIP, ROI,
Volume Calculation, Window Width,
Window Level, Topogram Display, Cine
Display, Bolus tracking, Dynamic Scan
vii) Advanced post-processing offered
applications including fMRI, perfusion
quantification, advanced perfusion
analysis,processing of 2D/3D CSI data, with color metabolite mapping, quantification of CSF flow data, spectral analysis, . EPI functional
imaging and filming.
vascular analysis package on at least two
clients concurrently. DTI evaluation
49
including fibre tracking.
viii) The workstation should have display
of Cardiac cine images in movie mode
with rapid avi creation.
viii)Estimation of liver fat and iron and appropriate sequences required to do the estimation should be available. Please
also provide software for liver whole volume
and segmental liver volume calculations
ix)It should perform all measurements
and should have tools for labeling, zoom,
pan, rotate, mirror, volume calculations,
cine movie display in various formats etc
x) Simultaneous visualization of up to
four independent series for comparison.
xi) Images and movies can be exported to
Windows PC formats as visible on screen
xii)Automatic display of MPR
Images after scan will be preferred.
(axial, coronal, sagittal) on the same
screen.
xiii)The workstations with at least 8GB
RAM, CD/DVD Archival/DICOM
Viewer.
xiv) The workstations included in the
scope of supply should support all the
software as listed on the main console.
xv) External access to workstations
through VPN connection are required
15) FILMING
i) Auto filming of user-selected images
and series from any local or remote
storing device, and from any application,
should be available.
50
ii) Basic monochrome and color DICOM
Print capability should be supported.
iii) The Film Preview application that
permits image manipulation and
windowing as well as rearranging film
pages prior to printing is required.
iv) Window width/level, zoom, pan,
rotate, mirror, Image annotation (text,
arrows and lines)
v) Should be connectable to multiple modalities like CT, MRI, Angiographic systems, ultrasound, with on
line PACS necessary interface must be
provided. Filming must be possible with all
modalities mixed on a film.
16.SYSTEM UPGRADES
i) Software upgrades that enhance the
existing applications will be provided by
the vendor.
ii) These changes shall include any
circuit boards, software upgrades etc to
enhance system capability
iii) The system should have capability of
being upgraded as new technology
emerges for at least 5-10 years (with
better results). This must be guaranteed.
iv) Additional or new software must have
the capability of being downloaded by
remote computer access.
17. REMOTE DIAGNOSTICS
i) The system must have remote
diagnostic capabilities via high speed
51
internet access. (Please provide details)
ii) The remote diagnostic capabilities
must include the ability to remotely
connect to the system on a regular basis
to retrieve information about the system
18. ANCILLARY EQUIPMENT
i) Patient positioning accessories to
include Table mattress set, head/leg
support, auxiliary cart, security straps,
infant immobilizer, flat table tops, arm
support, knee support and immobilizing
straps. Positioning wedges, Small foam
wedges, Set of sandbags, Set of patient
fixation straps.
ii) Slicker mattress cover for couch
iii) Gantry mounted ECG – with cardiac
gating package is required for cardiac
imaging. iv) Coil Storage cart system to house all the coils and accessories such as pads, mattresses, phantoms
19. ENVIROMENT FRIENDLY
i) System / building vibration transfer
should be minimized by special vibration
pads that require no facility adaptations.
ii) The unit shall be capable of operating
continuously in ambient temperature of
300
C and relative humidity of 80%
iii) All the shielding requirements of the
room will have to be done by the
supplier.
ii) Provide a power save unique, efficient
design combined with power
management of the high power sub-
52
systems (gradient amplifiers, RF
amplifiers, etc.) enable reduction in
power consumption by up to 50%
without affecting overall performance.
20. PUMP INJECTOR
i) A modern MRI compatible dual head
pump injector for both angiography and
cardiac work.
ii)Must have an extravasation detector to
prevent even mild contrast extravasation
iii) Must have saline flush capabilities
and protocol options for most advanced
clinical applications.
iv) To have full color touch screen with
user-defined protocols with
programmable interscan delay.
21. WATER COOLING UNIT
For water cooling of the MRI system. For
air temperatures between 5 and 55
degrees Centigrade. Outdoor installation
Supply voltage: 415V/50 Hz. - 3 phase
22. ACCESSORIES
i) Signage for MRI safety
ii) Crash medicine cart (trolley)
iii) MRI compatible Patient trolley (1 No)
iv) MRI compatible wheel chair (2 Nos)
v) Music system for patients connected to
the MRI room
vi) Storage cupboards (2Nos)
vii) Walk through metal detector and
Hand held metal detector with battery
53
loader
viii)Non-magnetic CO2 fire extinguisher
mounted and used within MRI room.
Should be complete non-magnetic
aluminum shell and non-magnetic brass
valve with stainless steel handles. High
pressure rubber hose and a special horn
for higher fire rating. ix) Phantoms (All type imaging & spectroscopic) including structured
phantoms and quality assurance as per
AAPM standard for SNR in different coils
spatial resolution, magnetic field
inhomogeneity, eddy current compensation,
RF power & inhomogeneity measurement
AAPM recommended distortion measurement
phantom.
23.PRINTER
i)Multi size Dry laser film printer must
be supplied of any reputable make with
600dpi or more
-It must be a large fast printer with three
film trays
- Should be able to print images from
multiple imaging modalities in the
department (CT, MRI and fluoroscopy
machines).
ii) Paper printer – for color laser printer
preferably of HP or equivalent to be
provided.
24. POWER REQUIREMENTS
i) 400/415 VAC50/60HZ
ii) Three phase power distribution source.
iii) State power consumption including
cryocooler/compressor
54
iv) The MRI machine should be
connected to the hospital’s maintained
power from the hospital’s substation
25. Uninterrupted power supply (UPS)
Suitable UPS compatible with MRI
machine but not less than 120kVA able
to provide backup power for more than 1
hour depending on the MRI machine),
with Dual gradient MR and chiller
26. WARRANTY
i ) Must provide 2 years after sales
warranty. All parts and all labour costs to
be included during the warranty period.
ii) Post qualification eight (8) years
comprehensive service contract
negotiable after the two years warranty
including labour, Helium refills, spare
parts and third party items which include
air conditioning, UPS plus batteries,
pump injector, workstations and printer.
27. START UPS FOR TESTING
- IV contrast media – two boxes of
gadolinium bases contrast.
- Films – Laser Printer films 35cm x
45cm- 5 boxes.
28. SAFETY AND STANDARDS
REQUIREMENTS
The equipment supplied must be new and
must meet medical devices regulations,
FDA approved or CSA medical standards
or equivalent
29. TRAINING
i) Training for radiologists and
radiographers must be included. The
price for training must be given
55
separately.
ii) Radiographers to be trained by a
certified MRI application specialist
from the manufacturer before not
less than one week before
installation.
iii) Radiologist training.
Two radiologists to be trained for not
less than one week at an overseers
teaching clinical facility with similar
equipment for advanced MRI
applications ( fMRI, DTI, MRS, Brain
Perfusion, Cardiac MRI, etc.) before
installation or within three months of
installation.
iv) Ten days application training on site
for radiologists/radiographers
immediately following the
installation by the vendor application
trainer.
v) After 6 months of clinical use
vendor to provide 10 days follow-up
on site application training for
advanced MRI applications for
radiologists /radiographers.
vi) A factory technical trainer to offer
on site training for Biomedical
Engineers.
vii) The Qualifications of the trainers
for application and clinical
training must be clearly stated.
Course content, written materials
must be stated. This training
should be in line with the hospital
training terms and conditions.
30. SITE PREPARATION WORK
FOR NEW DIGITAL 3.0 TESLA MRI
UNIT
56
The bidder will inspect the site for
feasibility before tendering and submit
the layout and installation plan for
approval by the HOD -Radiology/Deputy
Director Facilities and services.
Rates of the following components of
turnkey project should be quoted
separately:
a. Civil
b. Electrical
c. Mechanical including air conditioning
31. CHILLER
Water chillers for Cold Head and
Gradients with UPS support
32. TECHNICAL MANUALS
i) Installation manual }
ii) Service manuals } with circuit
diagrams.
iii) User manuals in Hard and Soft
copies.
iv) Parts manuals for servicing the
equipment.
v) All original system brochures,
product specifications and
application notes to be supplied.
The vendor is to provide spare parts and
labour for not less than 9 years after the
warranty period. The warranty shall start
after acceptance testing and
commissioning. Maintenance of the
equipment after the warranty period will
be negotiable
vi) Data sheet for each manufacturer
should be availed
33. CIVIL WORKS
The vendor is to inspect the proposed
installation site for complete site
evaluation. The vendor must provide
room layout drawings and sitting
requirements.
57
-Area to include the magnet room,
exam/technical room , control room and
recovery room with oxygen points.
- Air-conditioning requirements to be
stated. Power requirements to be stated.
Site layout requirements to be stated.
-The vendor or supplier MUST deal with
civil works which include the shielded
RF MRI compatible cupper CAGE. RF
door for manual operation, out swinging.
-Total weight of system should be stated
which includes the magnet/crycooler,
gradients, table and helium.
5G line fall within the size of the
examination room
-
Anti-static floor covering, table tops
should be granite and painting of the
installation area. Vendor will be required
to install good quality doors, locks and
provide good quality required furniture.
The finish should be of high standard.
Light fittings should be of high standard,
and the switches should be of the
dimmable type.
Filterplate for auxiliary filters and
medical gases. Sound damping measures
in door, window and magnet mounting
plate.
Emergency ventilation system in case of
Helium quench. Spare parts and cleaning
material for RF-door.
Magnetic site survey including Bo and 50
Hz measurement.
Air conditioning installation will also be
required that can cope with the heat
dissipation of the MRI equipment.
THE CIVIL WORKS MUST BE
QUOTED IN KENYA SHILLINGS.
58
SEPARATELY FROM THE MRI
EQUIPMENT
34. INSTALLATION
REQUIREMENTS
1.a) 400/415VAC 3 phase (Three-phase
power distribution source) 50/60Hz
b) All the switchgear and power cabling
should be included.
2. Minimum floor load bearing (supplier
to comply with the available floor
strength in kg/m2
NB (Available
suspended floor with crawlway below the
floor.
3. Minimum floor area required for
gantry to check in m2 the available site
space in the Radiology Department
(KNH)
4.Minimum floor area required for other
in-room system(s) in (m2) supplier to
check the site space available in the
Radiology Department KNH
5.Area required for scanner in (m2) in
square meters – supplier must check the
installation site in the Radiology
department– KNH
6. Minimum floor area required for
control console and doctor’s workstations
in (m2). The supplier must check the site
available in the Radiology department–
KNH
7. Gantry dimensions, height, width,
length(HxWxL) (cm or metres) and
weight in kg – supplier to indicate
8.Power unit dimensions (HxWxL) (cm
or metres) and weight in (Kg) (supplier to
provide)
9. Air conditioning for the MRI room,
operators console, doctors workstations,
and the generator. Supplier to include
suitable air conditioning system. The air
conditioning system should be heavy
duty type with all the necessary parts plus
59
installation cost
10. Environmental requirements max/min
temp 16o – 28
o - Humidity 20 – 80 in
scanner control room – relative humidity
35. SUPPORTING
DOCUMENTATION
i) Bidder must have manufacturers
authorization or be OEM
ii) Bidders must be licensed to install
radiological apparatus by the RPB
iii) Equipment must meet ISO 13084 or
equivalent IEC 6060
iv) All supporting documentation as
required in various sections to be
included.
36. DUE DILIGENCE AND PRE-
SHIPPMENT INSPECTION
The hospital shall carry out due diligence
and pre-shipment inspection by three
hospital staff.
37. AFTER SALES SERVICE
After sales service centre should be
available in Nairobi on 24 hours x 7 days
with manufacturer trained and certified
service Engineers.
Availability of essential spare parts
locally to reduce downtime.
60
TECHNICAL SPECIFICATIONS OF ANAESTHESIA MACHINE MRI COMPLIANT – QTY 1 NO.
Includes supply, delivery, installation testing and commissioning MRI complaint Anaesthesia Machine
Tender Specifications *Compliance with respect to tender specifications
*Deviations with respect to tender
specifications
Remarks
For safe use in a 3.0 Tesla
MRI environment.
Able to operate at field
strengths of 400 Gauss or
better
With Integral magnetic
field strength monitor
Volume Mode, Pressure
Control Mode, SIMV,PEEP
MRI Patient vital signs
monitoring device with Pulse
oximeter, O2 monitor, NIBP,
Et CO2 sampling line, MR
compatible Laryngoscope
for adults and children etc
Machine should have an
integrated gas analyzer
able to measure and
61
Tender Specifications *Compliance with respect to tender specifications
*Deviations with respect to tender
specifications
Remarks
monitor amount of
anesthetic agent used at
the end of a procedure and
also be able to measure end
tidal CO2
Tidal volume
compensation
Adult, pediatric and
neonatal ventilators
Autoclavable patient
breathing system latex
free
Autoclavable Sensor
Power supply 240V 50 Hz
Pneumatic controlled
All fittings for 02, N20 and
Medical Air to contain
pipeline filter and check
valve
O2 gas supply indicator,
which is visible from the
MRI control room
Power backup about one
62
Tender Specifications *Compliance with respect to tender specifications
*Deviations with respect to tender
specifications
Remarks
(1) hour
Serial Interface RS-232C
port
Movable trolley with
antistatic castors (with
brake) with built-in
drawer cabinets
Carbon dioxide absorbent
canister with integrated
sensing mechanism
Should have a vertical
integrated breathing
system(IBS) to integrate
bellows, circle system,
and CO2 absorber in one
compact unit
Bellows to provide up
to1,500ml Tidal Volume
- Primary drive Gas
should be AIR
- Same bellows should
be suitable for adults,
pediatrics, and
63
Tender Specifications *Compliance with respect to tender specifications
*Deviations with respect to tender
specifications
Remarks
neonates
- Should be able to
deliver fresh gas
supply direct to the
patient system
- Should have
Rotameter tubes for
O2, AIR, N2O with
regulator knobs
- With O2 Flush push
button:- approx:
45L/min
Built in battery back up
for approx: 90minutes
Should have an Integrated
patient suction unit
VENTILATION MODES:-
- Volume-controlled
Ventilation (VCV)
- Synchronised
intermittent
Mandatory Ventilation
(SIMV)
64
Tender Specifications *Compliance with respect to tender specifications
*Deviations with respect to tender
specifications
Remarks
- Pressure - controlled
ventilation (PCV)
- Pressure - Supported
Ventilation (PSV)
- Pressure- regulated
volume target (PRVT)
Optional
- Other ventilation
modes:-
- -Manual (with use of
APL valve)
- Spontaneous
Integrated Breathing
System (IBS) complete
with:
Should have an Adult/infant "Bag
in Bottle" (ascending),
Insp./exp. breathing valves,
Respiratory valve for manual
ventilation, Integrated CO2
absorber, Complete with
tubings, mask and rebreathing
bag, Disposable filters for
absorber, 120 pcs. for startup (2
65
Tender Specifications *Compliance with respect to tender specifications
*Deviations with respect to tender
specifications
Remarks
disposable filters required per
refill)
Machine should have selectable
vaporizer and supplied with
three (3) No. vaporizers
including: Isoflurane,
Sevoflurane, and Halothane and
should have an interlock system
complete with Key-filler.
Safety compliance EN
60601 – 1 – 2
CE Approved
2.0 Other terms and conditions
Supplier shall provide
original brochure (not
down loaded literature)
Supplier shall train the
users operation of the
equipment
Supplier shall provide
factory training for one
(1) Biomedical
Engineering staff at the
premises of manufacturer
or its approved training
66
Tender Specifications *Compliance with respect to tender specifications
*Deviations with respect to tender
specifications
Remarks
centre on maintenance
and operation
Supplier shall provide
separate list and cost of
consumables, service kits
and upgrading kits.
Warranty period two (2)
years
Five year post warranty
service contract to be
quoted separately
67
VITAL SIGNS MONITOR (1)
Tender Specifications *Compliance with respect to tender specifications
*Deviations with respect to tender specifications
Remarks
For use in the MRI suite
Should have a touch screen or active colour TFT screen of not less than 10.4" with a resolution of approx: 1024 x 768 or better
Should be able to measure a minimum of 6 waveforms
5 lead ECG -AAMI standard
Should be able to monitor both pediatric and adult patients
Should be able to be used on a 3.0T scanner
Should be mounted on an MRI compliant trolley
Should be able to operate on both wall power (240V AC 50Hz and should have extended life battery
With built -in thermal line printer
Should be supplied with all necessary accessories including:
2 sets each of Adult and peadiatric NIBP Blood pressure cuffs 2 Skin Temperature probes 2 SPO2 Probes
Should have capabilities for capnography
Should be equipped with a cardiac gating interface
Should have an artifact filter
Should be FDA Approved, CE marked
Other terms and conditions
Supplier shall provide original
68
Tender Specifications *Compliance with respect to tender specifications
*Deviations with respect to tender specifications
Remarks
brochure (not down loaded
literature)
Supplier shall train the users
on operation of the equipment
after installation and provide
service/maintenance training
to 2 Biomedical Engineering
staff at KNH.
Supplier shall provide both
operator and service manuals
in English
Warranty period two (2) years
Five year post warranty
service contract to be quoted
separately.
69
C. - Financial Evaluation
This will involve the following
(a). Determination of evaluated price for each bid using the Following
i) There will be no corrections of arithmetic errors as per Public Procurement &
Assets Disposal Act 2015 Section 82.
ii) Conversion of all tender to same currency using a uniform exchange rate
prevailing at the closing date of the Tender
iii) Application of any discount offered on the tender
iv) Establish if items quoted for are within prevailing market rates from the known
retail outlets & Public Procurement Oversight Authority price index. A written
undertaking that the prices shall remain valid for 12 months from date of contract in
line with the Public Procurement and Asset Disposal Act 2015 section 139(3).
(b) Ranking of Tenders according to their evaluated prices
All documents indicated above and all other technical documents required to qualify
for the tender participation should be submitted together with the bid on or before the closing date. Any bid not accompanied by the documents shall be rejected as non responsive. Due diligence shall conducted prior to the award of the tender to confirm and verify the qualifications of the bidder who will recommended to be awarded the
contract.
1
SECTION III: GENERAL CONDITIONS OF CONTRACT
Table of Clauses
Page
3.1 Definitions ............................................................. 25
3.2 Application ............................................................ 25
3.3 Country of Origin ..................................................... 25
3.4 Standards .............................................................. 26
3.5 Use of Contract Documents and Information ................... 26
3.6 Patent Rights ......................................................... 26
3.7 Performance Security ............................................... 26
3.8 Inspection and Tests ................................................. 27
3.9 Packing................................................................. 28
3.10 Delivery and Documents ............................................ 28
3.11 Insurance .............................................................. 28
3.12 Payment ............................................................... 28
3.13 Price .................................................................... 29
3.14 Assignments ........................................................... 29
3.15 Sub contracts ......................................................... 29
3.16 Termination for Default ............................................ 29
3.17 Liquidated Damages ................................................. 30
3.18 Resolution of Disputes .............................................. 30
3.19 Language and law .................................................... 30
3.20 Force Majeure ........................................................ 30
3.21 Notices ................................................................. 30
71
SECTION III - GENERAL CONDITIONS OF CONTRACT 3.1 Definitions
3.1.1 In this Contract, the following terms shall be interpreted as indicated:-
(a) “The Contract” means the agreement entered into between the
Procuring entity and the tenderer, as recorded in the Contract Form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein.
(b) “The Contract Price” means the price payable to the tenderer under
the Contract for the full and proper performance of its contractual obligations
(c) “The Equipment” means all of the equipment, machinery, and/or other materials, which the tenderer is required to supply to the Procuring entity under the Contract.
(d) “The Procuring entity” means the organization purchasing the
Equipment under this Contract.
(e) “The Tenderer’ means the individual or firm supplying the Equipment
under this Contract.
3.2 Application
3.2.1 These General Conditions shall apply in all Contracts made by the
Procuring entity for the procurement installation and commissioning of equipment to the extent that they are not superceded by provisions of other part of contract.
3.3 Country of Origin
3.3.1 For purposes of this clause, “Origin” means the place where the
Equipment were mined, grown or produced.
3.3.2 The origin of Equipment and Services is distinct from the nationality of
the tenderer and will be treated thus in the evaluation of the tender.
72
3.4 Standards
3.4.1 The Equipment supplied under this Contract shall conform to the standards mentioned in the Technical Specifications.
3.5 Use of Contract Documents and Information
3.5.1 The Candidate shall not, without the Procuring entity’s prior written consent, disclose the Contract, or any provision therefore, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the Procuring entity in connection therewith, to any person other than a person employed by the tenderer in the
performance of the Contract.
3.5.2 The tenderer shall not, without the Procuring entity’s prior written consent, make use of any document or information enumerated in paragraph 3.5.1 above
3.5.3 Any document, other than the Contract itself, enumerated in paragraph 3.5.1 shall remain the property of the Procuring entity and shall be returned (all copies) to the Procuring entity on completion of the Tenderer’s performance under the Contract if so required by the Procuring entity
3.6 Patent Rights
3.6.1 The tenderer shall indemnify the Procuring entity against all third- party
claims of infringement of patent, trademark, or industrial design rights arising from use of the Equipment or any part thereof in the Procuring entity’s country
3.7 Performance Security
3.7.1 Within twenty eight (28) days of receipt of the notification of Contract
award, the successful tenderer shall furnish to the Procuring entity the performance security where applicable in the amount specified in Special Conditions of Contract.
73
3.7.2 The proceeds of the performance security shall be payable to the Procuring entity as compensation for any loss resulting from the Tenderer’s failure to complete its obligations under the Contract.
3.7.3 The performance security shall be denominated in the currency of the
contract, or in a freely convertible currency acceptable to the procuring entity and shall be in the form of
a) Cash
b) Bank guarantee
c) Such insurance guarantee approved by the Authority
d) Letter of credit
3.7.4 The performance security will be discharged by the Procuring entity and returned t the Candidate not late than thirty (30) days following the date of completion of the Tenderer’s performance obligations under the
Contract, including any warranty obligations, under the Contract
3.8 Inspection and Tests
3.8.1 The Procuring entity or its representative shall have the right to inspect
and/or to test the equipment to confirm their conformity to the Contract specifications. The Procuring entity shall notify the tenderer in writing in a timely manner, of the identity of any representatives retained for these purposes.
3.8.2 The inspections and tests may be conducted in the premises of the
tenderer. All reasonable facilities and assistance, including access to drawings and production data, shall be furnished to the inspectors at no charge to the Procuring entity.
3.8.3 Should any inspected or tested equipment fail to conform to the
Specifications, the Procuring entity may reject the equipment, and the tenderer shall either replace the rejected equipment or make alterations necessary to make specification requirements free of costs to the Procuring entity.
3.8.4 The Procuring entity’s right to inspect test and where necessary, reject
the equipment after the equipment arrival and installation shall in no way be limited or waived by reason of the equipment having previously been inspected, tested and passed by the Procuring entity or its representative prior to the equipment delivery.
3.8.5 Nothing in paragraph 3.8 shall in any way release the tenderer from any warranty or other obligations under this Contract.
74
3.9 Packing
3.9.1 The tenderer shall provide such packing and packaging of the equipment as is required to prevent their damage or deterioration during transit to their final destination, as indicated in the Contract.
3.9.2 The packing, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract
3.10 Delivery and Documents
3.10.1 Delivery of the equipment, documents and installation of the same shall
be made by the tenderer in accordance with the terms specified by Procuring entity in its Schedule of Requirements and the Special Conditions of Contract
3.11 Insurance
3.11.1 The equipment supplied under the Contract shall be fully insured against
loss or damage incidental to manufacturer or acquisition, transportation, storage, and delivery in the manner specified in the Special conditions of contract.
3.12 Payment
3.12.1 The method and conditions of payment to be made to the tenderer under this Contract shall be specified in Special Conditions of Contract
3.12.2 Payments shall be made promptly by the Procuring entity as specified in the contract
3.13 Prices
3.13.1 Prices charged by the tenderer for equipment delivered and installation
performed under the Contract shall not, with the exception of any price adjustments authorized in Special Conditions of Contract, vary from the prices by the tenderer in its tender.
3.13.2 Contract price variations shall not be allowed for contracts not exceeding one year (12 months)
3.13.3 Where contract price variation is allowed, the variation shall not exceed 10% of the original contract price.
75
3.13.4 Price variation requests shall be processed by the procuring entity within 30 days of receiving the request.
3.14. Assignment
The tenderer shall not assign, in whole or in part, its obligations to perform
under this Contract, except with the Procuring entity’s prior written consent
3.15. Subcontracts
3.15.1 The tenderer shall notify the Procuring entity in writing of all subcontracts awarded under this Contract if not already specified in the tender. Such notification, in the original tender or later, shall not relieve the tenderer from any liability or obligation under the Contract
3.16. Termination for Default
3.16.1 The Procuring entity may, without prejudice to any other remedy for
breach of Contract, by written notice of default sent to the tenderer, terminate this Contract in whole or in part
(a) if the tenderer fails to deliver any or all of the equipment
within the periods) specified in the Contract, or within any extension thereof granted by the Procuring entity
(b) if the tenderer fails to perform any other obligation(s) under
the Contract
(c) if the tenderer, in the judgment of the Procuring entity has engaged in corrupt or fraudulent practices in competing for or in executing the Contract
3.16.2 In the event the Procuring entity terminates the Contract in whole or in
part, it may procure, upon such terms and in such manner as it deems appropriate, equipment similar to those undelivered, and the tenderer shall be liable to the Procuring entity for any excess costs for such similar equipment.
3.17. Termination for convenience
3.18. Liquidated Damages
3.18.1 If the tenderer fails to deliver and/or install any or all of the items
76
within the period(s) specified in the contract, the procuring entity shall, without prejudice to its other remedies under the contract, deduct from the contract prices liquidated damages sum equivalent to 0.5% of the delivered price of the delayed items up to a maximum deduction of 10% of the delayed equipment. After this the tenderer may consider termination of the contract.
3.19. Resolution of Disputes
3.19.1 The procuring entity and the tenderer shall make every effort to
resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the contract
3.19.2 If, after thirty (30) days from the commencement of such informal negotiations both parties have been unable to resolve amicably a contract dispute, either party may require that the dispute be referred
for resolution to the formal mechanisms specified in the SCC.
3.20. Language and Law
3.20.1 The language of the contract and the law governing the contract shall
be English language and the Laws of Kenya respectively unless otherwise specified in the SCC
3.21. Force Majeure
3.21.1 The Tenderer shall not be liable for forfeiture of its performance
security or termination for default if and to the extent that it’s delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.
3.22 Notices
3.22.1 Any notice given by one party to the other pursuant to this contract
shall be sent to other party by post or by fax or Email and confirmed in writing to the other party’s address specified.
3.22.2 A notice shall be effective when delivered or on the notices effective
date, whichever is later.
77
SPECIAL IV - SPECIAL CONDITIONS OF CONTRACT
Notes on Special Conditions of Contract
4.1 The clauses in this section are intended to assist the procuring entity in
providing contract-specific information in relation to corresponding clauses in the General Conditions of Contract
4.2 The provisions of Section IV complement the General Conditions of
Contract included in Section III, specifying contractual requirements linked to the special circumstances of the procuring entity and the equipment being procured. In preparing Section IV, the following aspects should be taken into consideration.
(a) Information that complement provisions of Section III must be
incorporated and
(b) Amendments and/or supplements to provisions of Section III, as
necessitated by the circumstances of the equipment being procured must also be incorporated.
78
SECTION IV - SPECIAL CONDITIONS OF CONTRACT
4.1 Special Conditions of Contract shall supplement the General Conditions of Contract. Whenever there is a conflict, between the GCC and the SCC, the provisions of the SCC herein shall prevail over these in the GCC.
4.2 Special conditions of contract as relates to the GCC
REFERENCE OF GCC SPECIAL CONDITIONS OF CONTRACT
3.4.1 Equipment will be supplied as per the provided technical specifications.
3.7.1 The tenderer shall provide all necessary assistance, equipment, human resource and any other support required to ensure successful inspection.
KNH will carry out a joint testing and commissioning of the equipment with the supplier to confirm that as specified in the tender document, it is working as expected upon delivery.
3.8.1 Pre-shipping inspection shall be carried out at the manufacturer’s premises by the Hospital’s representatives
3.10.1 The delivery of the equipment shall be at the point of installation within the hospital premises.
Delivery of the equipment shall be made by the tenderer in accordance with the terms specified by Procuring entity in its Schedule of Requirements and the Special Conditions of Contract. 3.11.1 The equipment under the Contract shall be fully
insured by the tenderer against loss or damage incidental to manufacturer or acquisition, transportation and delivery as indicated under clause 3.10.1.
3.12.1 Payment will be made through electronic fund transfer within 30 days upon receipt of invoice after supply, delivery, inspection and acceptance of the equipment.
3.13.2 Contract price variation shall not be allowed within the first twelve months. Any variation thereafter shall not exceed 10% of the original contract price.
3.15.1 Details pertaining any subcontractor (s) MUST be disclosed in the bid document
3.18.1 Any dispute arising from the interpretation or performance of this contract shall be resolved through arbitration. The arbitrator shall be appointed by the Chairperson of the Chartered Institute Arbitrators –
Kenya
79
SECTION - V- SCHEDULE OF REQUIREMENTS AND PRICES
Notes on Schedule of Requirements and Prices
5.1 The Procuring entity must state whether the contract is for
procurement, installation and commissioning OR whether it is for installation and commissioning only, in which case, the equipment will have been procured separately.
5.2 The tenderers may use additional paper as will be necessary to
indicate the details of their costing
80
SECTION V - SCHEDULE OF REQUIREMENTS AND PRICE PRICE QUOTED SHALL INCLUDE THE TOTAL COST OF SUPPLY, DELIVERY,
INSTALLATION, TESTING, COMMISSIONING, TRAINING, CIVIL WORKS AND PRE SHIPMENT INSPECTION AND TWO YEARS WARRANTY.
ITEM UNIT QUANTITY RATE (KSHS)
AMOUNT (KSHS)
1. MRI Machine
Supply, install, test and commission as a Turnkey Project a New Digital 3 Tesla MRI machine to KNH as per Technical specifications, accessories, conditions and terms of
Tender
LOT LOT
2. MRI Compliant Anaesthetic Machine
LOT LOT
3. MRI Compliant vital signs Monitor
LOT LOT
4. Training
i) Radiographers to be trained by a certified MRI application specialist from the manufacturer not less than one before installation.
LOT LOT
ii) Provision of not less than one week Radiologist Training for 2 Radiologists at an overseas clinical facility with similar equipment for Advanced MRI applications
LOT LOT
iii) Provide ten days on site Training for Radiologists and Radiographers on completion of MRI installation at KNH
LOT LOT
iv) Provide ten days follow-up on-site training for advanced MRI applications for Radiologist and
LOT LOT
81
ITEM UNIT QUANTITY RATE (KSHS)
AMOUNT (KSHS)
Radiographers 6 months post installation of MRI at KNH
A factory technical trainer to
offer on site training for
Biomedical Engineers.
5. Civil works
i) The bidding vendor must visit site of the proposed MRI Installation Rooms. A site visit certificate must be obtained from KNH
N/A N/A N/A N/A
ii) Prospective vendor must submit a detailed proposal
on equipment Installation Lay-outs, Waiting and Consultation Rooms improvements
N/A N/A N/A N/A
iii) Supply, Install, Test and Commission a shielded RF MRI compatible copper cage C/W RF door and accessories to specifications
LOT LOT
iv) Add PC sum Ksh.3 million for Electrical works to supply power to the MRI Power Room to Specifications and manufactures
recommendations
LOT LOT 3,000,000 3,000,000
v) Add PC sum Ksh.2 million for mechanical works for Air-conditioning of the MRI Rooms to specifications
LOT LOT 2,000,000 2,000,000
vi) Add PC sum Ksh.4 million for builders works and associate plumbing and drainage works to renovate/modify the MRI rooms to Specifications and Manufacturers
LOT LOT 4,000,000 4,000,000
82
ITEM UNIT QUANTITY RATE (KSHS)
AMOUNT (KSHS)
Recommendations
vii) Add Ksh.2 million contingency sum for unforeseen works to be executed based on approval by the project manager
LOT LOT 2,000,000 2,000,000
6. Equipments Support
1) Vendor must supply a full labour and spares inclusive warranty of not less than 2 years Post Installation and Commissioning of MRI at KNH
LOT LOT
7. Due diligence and pre-shipment inspection The hospital shall carry out due diligence and pre-shipment inspection by three hospital staff.
8. Less Discounts given Kshs.
9. Total Cost of Project as per specifications. Costs inclusive of all Taxes applicable
Kshs.
NOTE: Conditions for PC sums: All contingency sums and PC sums are subject to detailed B.O.Q and competitive bidding with relevant qualified subcontractors for the specialized works.
Authorized Official:
Name Signature
Date
83
MRI POST QUALIFICATION/DUE DILIGENCE EIGHT (8) YEARS COMPREHENSIVE SERVICE CONTRACT AFTER THE TWO YEARS WARRANTY
Description Service contract include:
Post warranty period service and maintenance charges per year
(indicate serve and maintenance charges for each year)
Service and maintenance of 3 Tesla MRI Machine and MRI Compatible Anesthetic Machine and vital signs monitor
Labour, Helium refills, spare parts and third party items which include air conditioning, UPS plus batteries, pump injector, workstations and printer.
Yr 1 Yr 2 Yr 3 Yr 4 Yr 5 Yr 6 Yr 7 Yr 8
Total Amount
COMPATIBLE ANESTHETIC MACHINE AND VITAL SIGNS MONITOR
POST QUALIFICATION/DUE DILIGENCE FIVE (5) YEARS COMPREHENSIVE SERVICE CONTRACT AFTER THE TWO YEARS WARRANTY
Description Service contract include:
Post warranty period service and maintenance charges per year (indicate serve and maintenance charges for each year)
Service and maintenance of 3 MRI Compatible Anesthetic Machine and vital signs monitor
Labour, spare parts and
third party items which
include air conditioning,
UPS plus batteries.
Yr 1 Yr 2 Yr 3 Yr 4 Yr 5
Total Amount
84
SECTION VI - TECHNICAL SPECIFICATIONS
6.1 GENERAL
6.1.1. These specifications describe the basic requirements for equipment.
Tenderers are requested to submit with their offers the detailed specifications, drawings, catalogues, etc for the products they intend to supply.
6.1.2 Tenderers must indicate on the specifications sheets whether the equipment offered comply with each specific requirement.
6.1.3 All the dimensions and capacities of the equipment to be supplied shall
not be less than those required in these specifications. Deviations from the basic requirements, if any, shall be explained in detail in writing with the offer, with supporting data such as calculation sheets, etc. The procuring entity reserves the right to reject the products, if such deviations shall be found critical to the use and operation of the products
6.1.4 The tenderers are requested to present information along with their
offers as follows;-
(i) Shortest possible delivery period of each product
(ii) Information on proper representative and/or workshop for back-up
service/repair and maintenance including their names and addresses
85
SECTION VI – TECHNICAL SPECIFICATIONS
TECHNICAL SPECIFICATIONS FOR A NEW DIGITAL 3 TESLA MRI MACHINE AND MRI COMPLIANT ANAESTHETIC MACHINE AND MRI COMPATIBLE VITAL SIGNS MONITOR FOR KENYATTA NATIONAL HOSPITAL ARE AS ATTACHED ON THE TECHNICAL EVALUATION CRITERIA (TO BE IMPLEMENTED AS A TURNKEY PROJECT INCLUDING CONSTRUCTION OF RF CAGE, INSTALLATION & PIPING OF MEDICAL GASES, INSTALLATION OF THE ENTIRE EQUIPMENT, TESTING AND COMMISSIONING)
86
SECTION VII - STANDARD FORMS
Notes on the Standard Forms:
7.1 Form of Tender
This form must be completed by the tenderer and submitted with the tender documents. It must also be duly signed by duly authorized representative of the tenderer.
7.2 Confidential Business Questionnaire Form
This form must be completed by the tenderer and submitted with tender documents
7.3 Tender Security Form
When required by the tender document the tenderer shall provide the tender security either in the form included therein after or in another format acceptable to the procuring entity.
7.4 Contract Form
The Contract form shall not be completed by the tenderer at the time of submitting the tenderer at the time of submitting the tender. The contract form shall be completed after contract award.
7.5 Performance Security form The performance security form should not be completed by the tenderer at the time of tender preparation. Only the successful tenderer will be required to provide performance security in the sum provided herein or in another form
acceptable to the procuring entity.
7.6 Bank Guarantee for Advance Payment. When there is an agreement to have Advance payment, this form must be duly completed.
94
7.7 Manufacturer’s Authorization Form When required by the tender document, this form must be completed and submitted with the tender document. This form will be completed by the manufacturer of the equipment where the tender is an agent
95
7.1 FORM OF TENDER
Date
Tender No________________________ To: Chief Executive Officer Kenyatta National Hospital P.O. Box 20713-00202 Nairobi [name and address of procuring entity] Gentlemen and/or Ladies: Having examined the tender documents including Addenda Nos.…………………………… [insert numbers].the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply deliver, install, test and commission ……………………………………………………………………………………………………………………………………………………
.(insert equipment description) in conformity with the said tender documents for the sum of ………………………………………………………………………………………………………………………………………… ……………………………………………………………………………………………………………………………………………(total tender amount in words and figures).
We undertake, if our Tender is accepted, to deliver, install, test and commission the equipment in accordance with the delivery schedule specified in the Schedule of Requirements. If our Tender is accepted, we will obtain the guarantee of a bank in a sum of equivalent to 5% percent of the Contract Price for the due performance of the Contract , in the form prescribed by Kenyatta National Hospital. We agree to abide by this Tender for a period of 120 days from the date fixed for tender opening of the Instructions to tenderers, and it shall remain binding upon us and may be accepted at any time before the expiration of that period. This Tender, together with your written acceptance thereof and your notification of award, shall constitute a Contract, between us. Subject to signing of the Contract by the parties. We understand that you are not bound to accept the lowest or any tender that you may receive.
Dated this day of ______________20
[Signature] [in the capacity of]
Duly authorized to sign tender for an on behalf of
96
7.2 CONFIDENTIAL BUSINESS QUESTIONNAIRE FORM
You are requested to give the particulars indicated in Part 1 and either Part 2(a),
2(b) or 2 (c) (Whichever applied to your type of business) and part 3(a) & 3(b) that
is mandatory. You are advised that it is a serious offence to give false information
on this form
Mandatory
Part 1 – General:
Business Name ………………………………………………………………………………………………………………..
Location of business premises. ……………………………………………………………………………………..
Plot No………………………………………………… Street/Road ………………………………………………….
Postal Address …………………………….. Tel No. ………………..company Mobile ……………….
E mail address……………………………………..Contact Person ……………………Mobile…………………
Nature of Business,………………………………………………………………………………………………………………
Registration Certificate No. …………………………………………………………………………………………….…
Maximum value of business which you can handle at any one time – Kshs. ……………………………
Name of your bankers …………………………………………….. Branch. ……………………………
Complete part 2(a), 2(b) or 2(c)
Part 2 (a) – Sole Proprietor
Your name in full …………………………………………………….. Age …………………………………………….
Nationality ………………………………… Country of origin ………………………………………………………
Citizenship details
…………………………………………………………………………………
Part 2 (b) Partnership
Given details of partners as follows:
97
Name Nationality Citizenship Details Shares
1. ……………………………………………………………………………………………………………………………………
2. …………………………………………………………………………………………………………………………………
3. ……………………………………………………………………………………………………………………………………
4. ……………………………………………………………………………………………………………………………………
5. .…………………………………………………………………………………………..……………………………………
Part 2 (c ) – Registered Company Private or Public
……………………………………………………………………………………………………….
State the nominal and issued capital of company: Nominal Kshs. …………………………………
Issued Kshs. ……………………………………….
Given details of all directors as follows
Name Nationality Citizenship Details Shares
1…………………………………………………………………………………………………………………………………………
2.………………………………………………………………………………………………………………………………………..
3.………………………………………………………………………………………………………………………………………….
4.…………………………………………………………………………………………………………………………………………
5 ……………………………………………………………………………………………………………………………………….
98
NB: If a Kenya Citizen, indicate under “Citizenship Details” whether by Birth,
Naturalization or Registration.
Sign ………………………………Date ……………………………Stamp………………...
Mandatory
Part 3 (a) – Pursuant to section 59(1)(a) ,(2) and (3) of the Public Procurement Assets and
Disposal Act related Regulations . This must be signed by all Directors Partner (s) /Sole
Proprietor of the Company (or any other applicable legislation in the Country of registration)
1 /we the Director(s) of Company/Firm ……………………………………………………….hereby declare
that I /we are not a board member , employee or even a relative to any employee of
Kenyatta National Hospital.
Given details of partners /Directors /Sole proprietor as follows:
Name Nationality Citizenship Details Signature
1…………………………………………………………………………………………………………………………………………………..
2……………………………………………………………………………………………………………………………………………………
3…………………………………………………………………………………………………………………………………………………..
4………………………………………………………………………………………………………………………………………………….
5…………………………………………………………………………………………………………………………………………………..
Mandatory
Part 3(b) Public Procurement & Assets Disposal Act 2015 and related regulations or any other
applicable legislation in the Country of registration).
Pursuant to section 41 of the Public Procurement and Assets Disposal Act 2015, I/ we the
Directors/Partners/Sole Proprietor of this Company/Firm
……………………………………………………...confirm that we have not been debarred in Kenya not to
Participate in any Tender/Bidding in Kenya.
Name Nationality Citizenship Details Signature
1…………………………………………………………………………………………………………………………………………………..
2. ………………………………………………………………………………………………………………………………………………..
3. ………………………………………………………………………………………………………………………………………………..
4. ………………………………………………………………………………………………………………………………………………..
5 …………………………………………………………………………………………………………………………………………………
99
7.3 TENDER SECURITY FORM
Whereas ……………………………………………. [name of the tenderer] (hereinafter called “the tenderer”) has submitted its tender dated …………. [date of submission of tender] for the supply, installation and commissioning of ………………………………[name and/or description of the equipment] (hereinafter called “the Tender”) …………………………………………….. KNOW ALL PEOPLE by these presents that WE ……………………… ……………… of …………………………………………. having our registered office at ………………… (hereinafter called “the Bank”), are bound unto …………….. [name of Procuring entity} (hereinafter called “the Procuring entity”) in the sum of ………………………………….. for which payment well and truly to be made to the said Procuring entity, the Bank binds itself, its successors, and assigns by these presents. Sealed with the Common Seal of the said Bank this
day of 20 .
THE CONDITIONS of this obligation are:-
1. If the tenderer withdraws its Tender during the period of tender validity specified by the tenderer on the Tender Form; or
2. If the tenderer, having been notified of the acceptance of its Tender by the Procuring entity during the period of tender validity:
(a) fails or refuses to execute the Contract Form, if required; or
(b) fails or refuses to furnish the performance security in accordance with the Instructions to tenderers;
We undertake to pay to the Procuring entity up to the above amount upon receipt of its first written demand, without the Procuring entity having to
substantiate its demand, provided that in its demand the Procuring entity will note that the amount claimed by it is due to it, owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions.
This tender guarantee will remain in force up to and including thirty (30) days after the period of tender validity, and any demand in respect thereof should reach the Bank not later than the above date.
[signature of the bank] (Amend accordingly if provided by Insurance Company)
100
7.4 CONTRACT FORM
THIS AGREEMENT made the day of 20 between ……………… [name of Procurement entity) of ……….. [country of Procurement entity] (hereinafter called “the Procuring entity) of the one part and …………………….. [name of tenderer] of ………….. [city and country of tenderer] (hereinafter called “the tenderer”) of the other part;
WHEREAS the Procuring entity invited tenders for [certain equipment ] and has accepted a tender by the tenderer for the supply of those equipment in the sum of …………………………… [contract price in words and figures] (hereinafter called “the Contract Price).
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this Agreement words and expressions shall have the same meanings
as are respectively assigned to them in the Conditions of Contract referred to:
2. The following documents shall be deemed to form and be read and construed as part of this Agreement viz: (a) the Tender Form and the Price Schedule submitted by the tenderer (b) the Schedule of Requirements (c ) the Technical Specifications (d) the General Conditions of Contract (e) the Special Conditions of contract; and (f) the Procuring entity’s Notification of Award
3. In consideration of the payments to be made by the Procuring entity to the tenderer as hereinafter mentioned, the tenderer hereby covenants with the Procuring entity to provide the equipment and to remedy the defects therein in conformity in all respects with the provisions of this Contract
4. The Procuring entity hereby covenants to pay the tenderer in
consideration of the provisions of the equipment and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written.
Signed, sealed, delivered by the (for the Procuring entity)
Signed, sealed, delivered by the (for the tenderer in the presence of
101
7.5 PERFORMANCE SECURITY FORM
To …………………………………………. [name of Procuring entity]
WHEREAS …………………………………… [name of tenderer] (hereinafter called “the tenderer”) has undertaken , in pursuance of Contract No. [reference number of the contract] dated 20 to supply ……………………………………………… [description of equipment] (hereinafter called “the Contract”).
AND WHEREAS it has been stipulated by you in the said Contract that the tenderer shall furnish you with a bank guarantee by a reputable bank for the sum specified therein as security for compliance with the Tenderer’s performance obligations in accordance with the Contract.
AND WHEREAS we have agreed to give the tenderer a guarantee:
THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the tenderer, up to a total of ………………………. [amount of the guarantee in words and figure] and we undertake to pay you, upon your first written demand declaring the tenderer to be in default under the Contract and without cavil or argument, any sum or sums within the limits of …………………….. [amount of guarantee] as aforesaid, without you needing to prove or to show grounds or reasons for your demand or the sum specified therein.
This guarantee is valid until the day of 20
Signed and seal of the Guarantors
[name of bank or financial institution]
[address]
[date] (Amend accordingly if provided by Insurance Company)
102
7.6 BANK GUARANTEE FOR ADVANCE PAYMENT
To ……………………………… [name of Procuring entity]
[name of tender] …………………..
Gentlemen and/or Ladies:
In accordance with the payment provision included in the Special Conditions of Contract, which amends the General Conditions of Contract to provide for advance payment, …………………………………………………. [name and address of tenderer](hereinafter called “the tenderer”) shall deposit with the Procuring entity a bank guarantee to guarantee its proper and faithful performance under the said Clause of the Contract an amount of …… …………………. [amount of guarantee in figures and words].
We, the ……………………………. [bank or financial institutions], as instructed by the tenderer, agree unconditionally and irrevocably to guarantee as primary
obligator and not as surety merely, the payment to the Procuring entity on its first demand without whatsoever right of objection on our part and without its first claim to the tenderer, in the amount not exceeding …………………… [amount of guarantee in figures and words]
We further agree that no change or addition to or other modification of the terms of the Contract to be performed there-under or of any of the Contract documents which may be made between the Procuring entity and the tenderer, shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition, or modification.
This guarantee shall remain valid in full effect from the date of the advance payment received by the tenderer under the Contract until ………… [date].
Yours truly,
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
102
[date]
103
7.7 MANUFACTURER’S AUTHORIZATION FORM
To [name of the Procuring entity] …………………. WHEREAS …………………………………………………………[ name of the manufacturer] who are established and reputable manufacturers of ………………….. [name and/or description of the equipment] having factories at ………………………………… [address of factory] do hereby authorize ………………………… [name and address of Agent] to submit a tender, and subsequently negotiate and sign the Contract with you against tender No. ………………………. [reference of the Tender] for the above equipment manufactured by us.
We hereby extend our full guarantee and warranty as per the General Conditions of Contract for the equipment offered for supply by the above firm against this Invitation for Tenders.
[signature for and on behalf of manufacturer] Note: This letter of authority should be on the letterhead of
the Manufacturer and should be signed by an authorized person.
1
7.8. LETTER OF NOTIFICATION OF AWARD
Address of Procuring Entity
To:
RE: Tender No.
Tender Name
This is to notify that the contract/s stated below under the above mentioned
tender have been awarded to you.
7.7.1 Please acknowledge receipt of this letter of
notification signifying your acceptance.
7.7.2 The contract/contracts shall be signed by the parties within 30 days of the date of this letter but not earlier than 14 days from the date of the letter.
7.7.3 You may contact the officer(s) whose particulars appear below on the subject matter of this letter of notification of award.
(FULL PARTICULARS)
103
SIGNED FOR ACCOUNTING OFFICER
106
7.9 FORM RB 1
REPUBLIC OF KENYA
PUBLIC PROCUREMENT ADMINISTRATIVE REVIEW BOARD
APPLICATION NO…………….OF ............ 20……...
BETWEEN …………………………………………….APPLICANT AND
…………………………………RESPONDENT (Procuring Entity)
Request for review of the decision of the…………… (Name of the Procuring Entity) of
……………dated the…day of ………….20……….in the matter of Tender No………..…of
…………..20…
REQUEST FOR REVIEW I/We……………………………,the above named Applicant(s), of address: Physical
address…………….Fax No……Tel. No……..Email ……………, hereby request the
Public Procurement Administrative Review Board to review the whole/part of
the above mentioned decision on the following grounds , namely:-
1. 2. etc. By this memorandum, the Applicant requests the Board for an
order/orders that: 1.
2. etc
SIGNED ……………….(Applicant)
Dated on…………….day of ……………/…20…
FOR OFFICIAL USE ONLY
Lodged with the Secretary Public Procurement Administrative Review Board on ………… day of………....20….………
SIGNEDBoard Secretary
106
Telegram: “MEDSUP, ”Nairobi KENYATTANATIONALHOSPITAL Tel.: 2726300-9 P.O. Box 20723- 00202-KNH Fax: 2725272 NAIROBI
BANK DETAILS FORM
INSTITUTION/COMPANY NAME:
(1)
(2)
AUTHORIZED PERSONS NAME
POSITION
TELEPHONE NO.
SIGNATURE
DATE
ACCOUNT NO.:
BANK NAME:
BANK CODE
BRANCH NAME:
BRANCH CODE
BANKERS CONFIRMATION THAT ACCOUNT DETAILS ARE AS STATED ABOVE AUTHORISED SIGNATORY: 1) 2)
BANKERS STAMP:
ADDRESS OFFICIAL STAMP
106
KENYATTA NATIONAL HOSPITAL SITE VISIT/ SURVEY CERTIFICATE
TENDER NO: KNH/T/123/2017-2018 Bidders Name: ………………………………………………………………………………………. Address: ……………………………………………………………………………………………….
This is to confirm the above noted bidder visited KNH site on……………. at 10.00Am. Bidder’s Representative Name: ………………………………………Sign………………………… Date………………….. KNH Representative: Name: ……………………………….……Sign…………….. Date: ……………………………. This is to confirm the above noted bidder visited KNH site
On ………………………………………………………………………………..
Bidders are advised to request for private site visit at the Hospital during the working hours through sending mail to Procurementknh@gmail.com or Visiting the supply chain management office’s room no.6
top related